Awarded contract

NEPO602 - Interim Education, Health and Social Care

  • Newcastle City Council
  • Stockton-on-Tees Borough Council (Participating Organisation)
  • The County Council of Durham (Participating Organisation)
  • Hartlepool Borough Council (Participating Organisation)
  • The Council of the Borough of North Tyneside (Participating Organisation)
Show 2 more buyers Show fewer buyers
  • The Council of the Borough of South Tyneside (Participating Organisation)
  • The Borough Council of Gateshead

F03: Contract award notice

Notice reference: 2022/S 000-020907

Published 1 August 2022, 9:25am



Section one: Contracting authority

one.1) Name and addresses

Newcastle City Council

Cherry Wood

NEWCASTLE-UPON-TYNE

NE64NW

Contact

Beverley Rigg

Email

Beverley.rigg@newcastle.gov.uk

Telephone

+44 1912774619

Country

United Kingdom

NUTS code

UKC22 - Tyneside

Justification for not providing organisation identifier

Not on any register

Internet address(es)

Main address

www.nepo.org

one.1) Name and addresses

Stockton-on-Tees Borough Council (Participating Organisation)

Municipal Buildings, Church Road

Stockton-on-Tees

TS18 1LD

Contact

Mike Wray

Email

Mike.wray@stockton.gov.uk

Telephone

+44 1642526343

Country

United Kingdom

NUTS code

UKC11 - Hartlepool and Stockton-on-Tees

Justification for not providing organisation identifier

Not on any register

Internet address(es)

Main address

www.nepo.org

one.1) Name and addresses

The County Council of Durham (Participating Organisation)

County Hall

Durham

DH1 5UL

Contact

Dawn Wilson

Email

dawn.wilson@durham.gov.uk

Telephone

+44 3000266889

Country

United Kingdom

NUTS code

UKC - North East (England)

Justification for not providing organisation identifier

Not on any register

Internet address(es)

Main address

www.nepo.org

Buyer's address

www.nepo.org

one.1) Name and addresses

Hartlepool Borough Council (Participating Organisation)

Victoria Road

Hartlepool

TS24 8AY

Contact

Kelly Armstrong

Email

kelly.armstrong@hartlepool.gov.uk

Telephone

+44 1429523043

Country

United Kingdom

NUTS code

UKC - North East (England)

Justification for not providing organisation identifier

Not on any register

Internet address(es)

Main address

www.nepo.org

Buyer's address

www.nepo.org

one.1) Name and addresses

The Council of the Borough of North Tyneside (Participating Organisation)

Quadrant, Cobalt Business Park

Newcastle upon Tyne

NE27 0BY

Contact

Rebecca Bacon

Email

Rebecca.bacon@northtyneside.gov.uk

Telephone

+44 1916438696

Country

United Kingdom

NUTS code

UKC - North East (England)

Justification for not providing organisation identifier

Not on any register

Internet address(es)

Main address

www.nepo.org

Buyer's address

www.nepo.org

one.1) Name and addresses

The Council of the Borough of South Tyneside (Participating Organisation)

Westoe Road

South Shields

NE33 2RL

Contact

Rebecca Eadie

Email

Rebecca.eadie@southtyneside.gov.uk

Telephone

+44 1916438696

Country

United Kingdom

NUTS code

UKC - North East (England)

Justification for not providing organisation identifier

Not on any register

Internet address(es)

Main address

www.nepo.org

Buyer's address

www.nepo.org

one.1) Name and addresses

The Borough Council of Gateshead

Civic Centre, Regent Street

Gateshead

NE8 1HH

Contact

Lucy Peart

Email

Lucypeart@gateshead.gov.uk

Telephone

+44 1914333328

Country

United Kingdom

NUTS code

UKC - North East (England)

Justification for not providing organisation identifier

Not on any register

Internet address(es)

Main address

www.nepoportal.org

Buyer's address

www.nepoportal.org

one.2) Information about joint procurement

The contract involves joint procurement

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

NEPO602 - Interim Education, Health and Social Care

two.1.2) Main CPV code

  • 80000000 - Education and training services

two.1.3) Type of contract

Services

two.1.4) Short description

Newcastle City Council ('the Lead Authority') is acting as the lead authority on behalf of the North East Procurement Organisation (NEPO) and its Member Authorities, in respect of the procurement of a bespoke flexible procurement solution (FPS) known as an Open Framework Agreement (the Contract) for:

A) Pre-16 Placements in Department for Education (DfE) registered independent special Schools and Colleges for Children and Young People 0 - 25 years; day, weekly-boarder, termly boarder and 52-week residential placements.

B) Post-16 Placements in Department for Education (DfE) registered independent special Schools and Colleges for Children and Young People 0 - 25 years; day, weekly-boarder, termly boarder and 52-week residential placements.

C) Placements in Residential Children's Homes for Children and Young People aged 0 - 18 years.

D) Placements in Ofsted Registered Residential Short Break Services for Children and Young People 0 - 18years.

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: £150,000,000

two.2) Description

two.2.1) Title

Independent Special Schools and Colleges, Pre-16, Autistic Spectrum Disorder (ASD) - mild to moderate Lot No: 1

Lot No

1

two.2.2) Additional CPV code(s)

  • 80000000 - Education and training services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom
Main site or place of performance

North East

two.2.4) Description of the procurement

Placements in independent special schools and colleges for Children and Young People 0 - 16 years with mild to moderate Autistic Spectrum Disorder. Day placements, weekly boarder placements, termly-boarder placements and/or 52-week residential placements.

Placements could be anywhere in the UK but are anticipated to be mainly within the North of England.

Unlimited number of Providers to be appointed to this Lot.

The opportunity can be accessed via the NEPO eTender system. Suppliers wishing to be considered for this Flexible Procurement Agreement must register their expression of interest and submit a tender through the NEPO eTender system. If not already registered, tenderers should register on the NEPO eTender system athttps://procontract.due-north.com/register?openform

Tenders must be submitted using the link above. Tenders submitted via postal or email methods will not be accepted. If you require time-critical assistance on submitting your Tender please contact the System Support Team on 0330 0050352. For non-time critical issues, such as passwords, general account queries and location of information etc. please contact Proactis Supplier Support Helpdesk Ticketing System (http://proactis.kayako.com) and select ProContract V3 support. You will then need to log in or submit a ticket to register your issue. Alternatively, you can email ProContractSuppliers@proactis.com this will automatically log a support ticket on the Proactis Supplier Support Helpdesk. Successful suppliers will enter into a Flexible Procurement Agreement in a form which is set out in the procurement documents. The lead authority does not give any guarantee and/or warrant the actual value of the goods/works/services (if any) which will be placed with the successful suppliers by any participating organisation using the Flexible Procurement Agreement pursuant to this process and accepts no liability thereof.

two.2.5) Award criteria

Cost criterion - Name: Quality / Weighting: 50

Cost criterion - Name: Social Value / Weighting: 10

Cost criterion - Name: Price / Weighting: 40

two.2.11) Information about options

Options: Yes

Description of options

1 x 8-month option to extend

two.2.14) Additional information

The Flexible Procurement Agreement (the Contract) shall commence on 1.8.2022 and shall be for an initial 1 (one) year terminating on 31.7.2023 unless terminated earlier in accordance with the provisions of the Terms and Conditions or the Lead Authority notifies the Provider in writing not less than 3 months prior to 31.7.2023 of the intention to take up the 8 month option to extend. If the Lead Authority intends for this Flexible Procurement Agreement to continue, then the Lead Authority will notify Providers in writing not less than three months prior to the 8-month option to extend. The Lead Authority will indicate what length of time it has been extended for and when the Lead Authority will notify Providers of any further extensions.

two.2) Description

two.2.1) Title

Independent Special Schools and Colleges, Pre-16, ASD with Social, Emotional and Mental Health (SEMH)issues

Lot No

2

two.2.2) Additional CPV code(s)

  • 80000000 - Education and training services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom
Main site or place of performance

North East

two.2.4) Description of the procurement

Placements in independent special schools and colleges for Children and Young People 0 - 16 years with ASD with Social, Emotional and mental health (SEMH) issues. Day placements, weekly boarder placements, termly-boarder placements and/or 52-week residential placements.

Placements could be anywhere in the UK but are anticipated to be mainly within the North of England.

Unlimited number of Providers to be appointed to this Lot.

The opportunity can be accessed via the NEPO eTender system. Suppliers wishing to be considered for this Flexible Procurement Agreement must register their expression of interest and submit a tender through the NEPO eTender system. If not already registered, tenderers should register on the NEPO eTender system at https://procontract.due-north.com/register?openform. Tenders must be submitted using the link above. Tenders submitted via postal or email methods will not be accepted. If you require time-critical assistance on submitting your Tender please contact the System Support Team on 0330 0050352. For non-time critical issues, such as passwords, general account queries and location of information etc. please contact Proactis Supplier Support Helpdesk Ticketing System (http://proactis.kayako.com) and select ProContractV3 support. You will then need to log in or submit a ticket to register your issue. Alternatively, you can emailProContractSuppliers@proactis.com this will automatically log a support ticket on the Proactis Supplier Support Helpdesk. Successful suppliers will enter into a Flexible Procurement Agreement in a form which is set out in the procurement documents. The lead authority does not give any guarantee and/or warrant the actual value of the goods/works/services (if any) which will be placed with the successful suppliers by any participating organisation using the Flexible Procurement Agreement pursuant to this process and accepts no liability thereof.

two.2.5) Award criteria

Cost criterion - Name: Quality / Weighting: 50

Cost criterion - Name: Social Value / Weighting: 10

Cost criterion - Name: Price / Weighting: 40

two.2.11) Information about options

Options: Yes

Description of options

1-year with 1 x 8-month option to extend

two.2.14) Additional information

The Flexible Procurement Agreement (the Contract) shall commence on 1.8.2022 and shall be for an initial 1 (one) year terminating on 31.7.2023 unless terminated earlier in accordance with the provisions of the Terms and Conditions or the Lead Authority notifies the Provider in writing not less than 3 months prior to 31.7.2023 of the intention to take up the 8 month option to extend. If the Lead Authority intends for this Flexible Procurement Agreement to continue, then the Lead Authority will notify Providers in writing not less than three months prior to the 8-month option to extend. The Lead Authority will indicate what length of time it has been extended for and when the Lead Authority will notify Providers of any further extensions.

two.2) Description

two.2.1) Title

Independent Special Schools and Colleges, Pre-16, ASD with complex learning difficulties or severe learning difficulties

Lot No

3

two.2.2) Additional CPV code(s)

  • 80000000 - Education and training services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom
Main site or place of performance

North East

two.2.4) Description of the procurement

Placements in independent special schools and colleges for Children and Young People 0 - 16 years with ASD with complex learning difficulties or severe learning difficulties. Day placements, weekly boarder placements, termly-boarder placements and/or 52-week residential placements.

Placements could be anywhere in the UK but are anticipated to be mainly within the North of England.

Unlimited number of Providers to be appointed to this Lot.

The opportunity can be accessed via the NEPO eTender system. Suppliers wishing to be considered for this Flexible Procurement Agreement must register their expression of interest and submit a tender through the NEPO eTender system. If not already registered, tenderers should register on the NEPO eTender system at https://procontract.due-north.com/register?openform. Tenders must be submitted using the link above. Tenders submitted via postal or email methods will not be accepted. If you require time-critical assistance on submitting your Tender please contact the System Support Team on 0330 0050352. For non-time critical issues, such as passwords, general account queries and location of information etc. please contact Proactis Supplier Support Helpdesk Ticketing System (http://proactis.kayako.com) and select ProContractV3 support. You will then need to log in or submit a ticket to register your issue. Alternatively, you can emailProContractSuppliers@proactis.com this will automatically log a support ticket on the Proactis Supplier Support Helpdesk. Successful suppliers will enter into a Flexible Procurement Agreement in a form which is set out in the procurement documents. The lead authority does not give any guarantee and/or warrant the actual value of the goods/works/services (if any) which will be placed with the successful suppliers by any participating organisation using the Flexible Procurement Agreement pursuant to this process and accepts no liability thereof.

two.2.5) Award criteria

Cost criterion - Name: Quality / Weighting: 50

Cost criterion - Name: Social Value / Weighting: 10

Cost criterion - Name: Price / Weighting: 40

two.2.11) Information about options

Options: Yes

Description of options

1 x 8-month option to extend

two.2.14) Additional information

Description of options

The Flexible Procurement Agreement (the Contract) shall commence on 1.8.2022 and shall be for an initial 1 (one) year terminating on 31.7.2023 unless terminated earlier in accordance with the provisions of the Terms and Conditions or the Lead Authority notifies the Provider in writing not less than 3 months prior to 31.7.2023 of the intention to take up the 8 month option to extend. If the Lead Authority intends for this Flexible Procurement Agreement to continue, then the Lead Authority will notify Providers in writing not less than three months prior to the 8-month option to extend. The Lead Authority will indicate what length of time it has been extended for and when the Lead Authority will notify Providers of any further extensions.

two.2) Description

two.2.1) Title

Independent Special Schools and Colleges, Pre-16, Social, Emotional and Mental Health (SEMH) issues

Lot No

4

two.2.2) Additional CPV code(s)

  • 80000000 - Education and training services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom
Main site or place of performance

North East

two.2.4) Description of the procurement

Placements in independent special schools and colleges for Children and Young People 0 - 16 years with ASD Social, Emotional and Mental Health (SEMH) issues. Day placements, weekly boarder placements, termly-boarder placements and/or 52-week residential placements.

Placements could be anywhere in the UK but are anticipated to be mainly within the North of England.

Unlimited number of Providers to be appointed to this Lot.

The opportunity can be accessed via the NEPO eTender system. Suppliers wishing to be considered for this Flexible Procurement Agreement must register their expression of interest and submit a tender through the NEPO eTender system. If not already registered, tenderers should register on the NEPO eTender system at https://procontract.due-north.com/register?openform. Tenders must be submitted using the link above. Tenders submitted via postal or email methods will not be accepted. If you require time-critical assistance on submitting your Tender please contact the System Support Team on 0330 0050352. For non-time critical issues, such as passwords, general account queries and location of information etc. please contact Proactis Supplier Support Helpdesk Ticketing System (http://proactis.kayako.com) and select ProContractV3 support. You will then need to log in or submit a ticket to register your issue. Alternatively, you can emailProContractSuppliers@proactis.com this will automatically log a support ticket on the Proactis Supplier Support Helpdesk. Successful suppliers will enter into a Flexible Procurement Agreement in a form which is set out in the procurement documents. The lead authority does not give any guarantee and/or warrant the actual value of the goods/works/services (if any) which will be placed with the successful suppliers by any participating organisation using the Flexible Procurement Agreement pursuant to this process and accepts no liability thereof.

two.2.5) Award criteria

Cost criterion - Name: Quality / Weighting: 50

Cost criterion - Name: Social Value / Weighting: 10

Cost criterion - Name: Price / Weighting: 40

two.2.11) Information about options

Options: Yes

Description of options

1 x 8-month option to extend

two.2.14) Additional information

The Flexible Procurement Agreement (the Contract) shall commence on 1.8.2022 and shall be for an initial 1 (one) year terminating on 31.7.2023 unless terminated earlier in accordance with the provisions of the Terms and Conditions or the Lead Authority notifies the Provider in writing not less than 3 months prior to 31.7.2023 of the intention to take up the 8 month option to extend. If the Lead Authority intends for this Flexible Procurement Agreement to continue, then the Lead Authority will notify Providers in writing not less than three months prior to the 8-month option to extend. The Lead Authority will indicate what length of time it has been extended for and when the Lead Authority will notify Providers of any further extensions.

two.2) Description

two.2.1) Title

Independent Special Schools and Colleges, Pre-16, Profound and multiple learning difficulties/severe learning difficulties

Lot No

5

two.2.2) Additional CPV code(s)

  • 80000000 - Education and training services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

Placements in independent special schools and colleges for Children and Young People 0 - 16 yearswith profound and multiple learning difficulties/sever learning difficulties. Day placements, weekly boarderplacements, termly-boarder placements and/or 52-week residential placements.

Placements could be anywhere in the UK but are anticipated to be mainly within the North of England.

Unlimited number of Providers to be appointed to this Lot.

The opportunity can be accessed via the NEPO eTender system. Suppliers wishing to be considered for this Flexible Procurement Agreement must register their expression of interest and submit a tender through the NEPO eTender system. If not already registered, tenderers should register on the NEPO eTender system at https://procontract.due-north.com/register?openform. Tenders must be submitted using the link above. Tenders submitted via postal or email methods will not be accepted. If you require time-critical assistanc eon submitting your Tender please contact the System Support Team on 0330 0050352. For non-time critical issues, such as passwords, general account queries and location of information etc. please contact Proactis Supplier Support Helpdesk Ticketing System (http://proactis.kayako.com) and select ProContractV3 support. You will then need to log in or submit a ticket to register your issue. Alternatively, you can emailProContractSuppliers@proactis.com this will automatically log a support ticket on the Proactis Supplier Support Helpdesk. Successful suppliers will enter into a Flexible Procurement Agreement in a form which is set out in the procurement documents. The lead authority does not give any guarantee and/or warrant the actual value of the goods/works/services (if any) which will be placed with the successful suppliers by any participating organisation using the Flexible Procurement Agreement pursuant to this process and accepts no liability thereof.

two.2.5) Award criteria

Cost criterion - Name: Quality / Weighting: 50

Cost criterion - Name: Social Value / Weighting: 10

Cost criterion - Name: Price / Weighting: 40

two.2.11) Information about options

Options: Yes

Description of options

1 x8-month option to extend

two.2.14) Additional information

The Flexible Procurement Agreement (the Contract) shall commence on 1.8.2022 and shall be for an initial 1 (one) year terminating on 31.7.2023 unless terminated earlier in accordance with the provisions of the Terms and Conditions or the Lead Authority notifies the Provider in writing not less than 3 months prior to 31.7.2023 of the intention to take up the 8 month option to extend. If the Lead Authority intends for this Flexible Procurement Agreement to continue, then the Lead Authority will notify Providers in writing not less than three months prior to the 8-month option to extend. The Lead Authority will indicate what length of time it has been extended for and when the Lead Authority will notify Providers of any further extensions.

two.2) Description

two.2.1) Title

Independent Special Schools and Colleges, Pre-16, Physical disability or medical need

Lot No

6

two.2.2) Additional CPV code(s)

  • 80000000 - Education and training services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

Placements in independent special schools and colleges for Children and Young People 0 - 16 years withphysical disability or medical needs. Day placements, weekly boarder placements, termly-boarder placementsand/or 52-week residential placements.

Placements could be anywhere in the UK but are anticipated to be mainly within the North of England.

Unlimited number of Providers to be appointed to this Lot.

The opportunity can be accessed via the NEPO eTender system. Suppliers wishing to be considered for this Flexible Procurement Agreement must register their expression of interest and submit a tender through the NEPO eTender system. If not already registered, tenderers should register on the NEPO eTender system at https://procontract.due-north.com/register?openform. Tenders must be submitted using the link above. Tenders submitted via postal or email methods will not be accepted. If you require time-critical assistance on submitting your Tender please contact the System Support Team on 0330 0050352. For non-time critical issues, such as passwords, general account queries and location of information etc. please contact Proactis Supplier Support Helpdesk Ticketing System (http://proactis.kayako.com) and select ProContractV3 support. You will then need to log in or submit a ticket to register your issue. Alternatively, you can emailProContractSuppliers@proactis.com this will automatically log a support ticket on the Proactis Supplier Support Helpdesk. Successful suppliers will enter into a Flexible Procurement Agreement in a form which is set out in the procurement documents. The lead authority does not give any guarantee and/or warrant the actual value of the goods/works/services (if any) which will be placed with the successful suppliers by any participating organisation using the Flexible Procurement Agreement pursuant to this process and accepts no liability thereof.

two.2.5) Award criteria

Cost criterion - Name: Quality / Weighting: 50

Cost criterion - Name: Social Value / Weighting: 10

Cost criterion - Name: Price / Weighting: 40

two.2.11) Information about options

Options: Yes

Description of options

1-year term with 1 x 8-month option to extend.

two.2.14) Additional information

The Flexible Procurement Agreement (the Contract) shall commence on 1.8.2022 and shall be for an initial 1 (one) year terminating on 31.7.2023 unless terminated earlier in accordance with the provisions of the Terms and Conditions or the Lead Authority notifies the Provider in writing not less than 3 months prior to 31.7.2023 of the intention to take up the 8 month option to extend. If the Lead Authority intends for this Flexible Procurement Agreement to continue, then the Lead Authority will notify Providers in writing not less than three months prior to the 8-month option to extend. The Lead Authority will indicate what length of time it has been extended for and when the Lead Authority will notify Providers of any further extensions.

two.2) Description

two.2.1) Title

Independent Special Schools and Colleges, Pre-16, Significant Sensory disability / communication needs(speech and language/hearing impairment/visual impairment/multi-sensory impairment)

Lot No

7

two.2.2) Additional CPV code(s)

  • 80000000 - Education and training services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

Placements in independent special schools and colleges for Children and Young People 0 - 16 years with Significant Sensory disability / communication needs (speech and language/hearing impairment/visual impairment/multi-sensory impairment). Day placements, weekly boarder placements, termly-boarder placements and/or 52-week residential placements.

The opportunity can be accessed via the NEPO eTender system. Suppliers wishing to be considered for this Flexible Procurement Agreement must register their expression of interest and submit a tender through the NEPO eTender system. If not already registered, tenderers should register on the NEPO eTender system at https://procontract.due-north.com/register?openform. Tenders must be submitted using the link above. Tenders submitted via postal or email methods will not be accepted. If you require time-critical assistance on submitting your Tender please contact the System Support Team on 0330 0050352. For non-time critical issues, such as passwords, general account queries and location of information etc. please contact Proactis Supplier Support Helpdesk Ticketing System (http://proactis.kayako.com) and select ProContractV3 support. You will then need to log in or submit a ticket to register your issue. Alternatively, you can emailProContractSuppliers@proactis.com this will automatically log a support ticket on the Proactis Supplier Support Helpdesk. Successful suppliers will enter into a Flexible Procurement Agreement in a form which is set out in the procurement documents. The lead authority does not give any guarantee and/or warrant the actual value of the goods/works/services (if any) which will be placed with the successful suppliers by any participating organisation using the Flexible Procurement Agreement pursuant to this process and accepts no liability thereof.

two.2.5) Award criteria

Cost criterion - Name: Quality / Weighting: 50

Cost criterion - Name: Social Value / Weighting: 10

Cost criterion - Name: Price / Weighting: 40

two.2.11) Information about options

Options: Yes

Description of options

1-year term with 1 x 8-month option to extend.

two.2.14) Additional information

The Flexible Procurement Agreement (the Contract) shall commence on 1.8.2022 and shall be for an initial 1 (one) year terminating on 31.7.2023 unless terminated earlier in accordance with the provisions of the Terms and Conditions or the Lead Authority notifies the Provider in writing not less than 3 months prior to 31.7.2023 of the intention to take up the 8 month option to extend. If the Lead Authority intends for this Flexible Procurement Agreement to continue, then the Lead Authority will notify Providers in writing not less than three months prior to the 8-month option to extend. The Lead Authority will indicate what length of time it has been extended for and when the Lead Authority will notify Providers of any further extensions.

two.2) Description

two.2.1) Title

Independent Special Schools and Colleges, Pre-16, Specific learning difficulties (SpLD)

Lot No

8

two.2.2) Additional CPV code(s)

  • 80000000 - Education and training services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

Placements in independent special schools and colleges for Children and Young People 0 - 16 years with Specific learning difficulties (SpLD). Day placements, weekly boarder placements, termly-boarder placements and/or 52-week residential placements.

Placements could be anywhere in the UK but are anticipated to be mainly within the North of England.

Unlimited number of Providers to be appointed to this Lot.

The opportunity can be accessed via the NEPO eTender system. Suppliers wishing to be considered for this Flexible Procurement Agreement must register their expression of interest and submit a tender through the NEPO eTender system. If not already registered, tenderers should register on the NEPO eTender system at https://procontract.due-north.com/register?openform. Tenders must be submitted using the link above. Tenders submitted via postal or email methods will not be accepted. If you require time-critical assistance on submitting your Tender please contact the System Support Team on 0330 0050352. For non-time critical issues, such as passwords, general account queries and location of information etc. please contact Proactis Supplier Support Helpdesk Ticketing System (http://proactis.kayako.com) and select ProContractV3 support. You will then need to log in or submit a ticket to register your issue. Alternatively, you can emailProContractSuppliers@proactis.com this will automatically log a support ticket on the Proactis Supplier Support Helpdesk. Successful suppliers will enter into a Flexible Procurement Agreement in a form which is set out in the procurement documents. The lead authority does not give any guarantee and/or warrant the actual value of the goods/works/services (if any) which will be placed with the successful suppliers by any participating organisation using the Flexible Procurement Agreement pursuant to this process and accepts no liability thereof.

two.2.5) Award criteria

Cost criterion - Name: Quality / Weighting: 50

Cost criterion - Name: Price / Weighting: 40

Cost criterion - Name: Social Value / Weighting: 10

two.2.11) Information about options

Options: Yes

Description of options

1-year term with 1 x 8-month option to extend.

two.2.14) Additional information

The Flexible Procurement Agreement (the Contract) shall commence on 1.8.2022 and shall be for an initial 1 (one) year terminating on 31.7.2023 unless terminated earlier in accordance with the provisions of the Terms and Conditions or the Lead Authority notifies the Provider in writing not less than 3 months prior to 31.7.2023 of the intention to take up the 8 month option to extend. If the Lead Authority intends for this Flexible Procurement Agreement to continue, then the Lead Authority will notify Providers in writing not less than three months prior to the 8-month option to extend. The Lead Authority will indicate what length of time it has been extended for and when the Lead Authority will notify Providers of any further extensions.

two.2) Description

two.2.1) Title

Independent Special Schools and Colleges, Pre-16, Moderate Learning Difficulties (MLD)

Lot No

9

two.2.2) Additional CPV code(s)

  • 80000000 - Education and training services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

Placements in independent special schools and colleges for Children and Young People 0 - 16 years with moderate learning difficulties (MLD). Day placements, weekly boarder placements, termly-boarder placements and/or 52-week residential placements.

Placements could be anywhere in the UK but are anticipated to be mainly within the North of England.

Unlimited number of Providers to be appointed to this Lot.

The opportunity can be accessed via the NEPO eTender system. Suppliers wishing to be considered for this Flexible Procurement Agreement must register their expression of interest and submit a tender through the NEPO eTender system. If not already registered, tenderers should register on the NEPO eTender system athttps://procontract.due-north.com/register?openform

Tenders must be submitted using the link above. Tenders submitted via postal or email methods will not be accepted. If you require time-critical assistance on submitting your Tender please contact the System Support Team on 0330 0050352. For non-time critical issues, such as passwords, general account queries and location of information etc. please contact Proactis Supplier Support Helpdesk Ticketing System (http://proactis.kayako.com) and select ProContract V3 support. You will then need to log in or submit a ticket to register your issue. Alternatively, you can email ProContractSuppliers@proactis.com this will automatically log a support ticket on the Proactis Supplier Support Helpdesk. Successful suppliers will enter into a Flexible Procurement Agreement in a form which is set out in the procurement documents. The lead authority does not give any guarantee and/or warrant the actual value of the goods/works/services (if any) which will be placed with the successful suppliers by any participating organisation using the Flexible Procurement Agreement pursuant to this process and accepts no liability thereof.

two.2.5) Award criteria

Cost criterion - Name: Quality / Weighting: 50

Cost criterion - Name: Price / Weighting: 40

Cost criterion - Name: Social Value / Weighting: 10

two.2.11) Information about options

Options: Yes

Description of options

1-year term with 1 x 8-month option to extend.

two.2.14) Additional information

The Flexible Procurement Agreement (the Contract) shall commence on 1.8.2022 and shall be for an initial 1 (one) year terminating on 31.7.2023 unless terminated earlier in accordance with the provisions of the Terms and Conditions or the Lead Authority notifies the Provider in writing not less than 3 months prior to 31.7.2023 of the intention to take up the 8 month option to extend. If the Lead Authority intends for this Flexible Procurement Agreement to continue, then the Lead Authority will notify Providers in writing not less than three months prior to the 8-month option to extend. The Lead Authority will indicate what length of time it has been extended for and when the Lead Authority will notify Providers of any further extensions.

two.2) Description

two.2.1) Title

Independent Special Schools and Colleges, Post-16, Autistic Spectrum Disorder (ASD) - mild to moderate

Lot No

10

two.2.2) Additional CPV code(s)

  • 80000000 - Education and training services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

Placements in independent special schools and colleges for Children and Young People 16 - 25 years with Autistic Spectrum Disorder (ASD). Day placements, weekly boarder placements, termly-boarder placements and/or 52-week residential placements.

Placements could be anywhere in the UK but are anticipated to be mainly within the North of England.

Unlimited number of Providers to be appointed to this Lot.

The opportunity can be accessed via the NEPO eTender system. Suppliers wishing to be considered for this Flexible Procurement Agreement must register their expression of interest and submit a tender through the NEPO eTender system. If not already registered, tenderers should register on the NEPO eTender system athttps://procontract.due-north.com/register?openform

Tenders must be submitted using the link above. Tenders submitted via postal or email methods will not be accepted. If you require time-critical assistance on submitting your Tender please contact the System Support Team on 0330 0050352. For non-time critical issues, such as passwords, general account queries and location of information etc. please contact Proactis Supplier Support Helpdesk Ticketing System (http://proactis.kayako.com) and select ProContract V3 support. You will then need to log in or submit a ticket to register your issue. Alternatively, you can email ProContractSuppliers@proactis.com this will automatically log a support ticket on the Proactis Supplier Support Helpdesk. Successful suppliers will enter into a Flexible Procurement Agreement in a form which is set out in the procurement documents. The lead authority does not give any guarantee and/or warrant the actual value of the goods/works/services (if any) which will be placed with the successful suppliers by any participating organisation using the Flexible Procurement Agreement pursuant to this process and accepts no liability thereof.

two.2.5) Award criteria

Cost criterion - Name: Quality / Weighting: 50

Cost criterion - Name: Price / Weighting: 40

Cost criterion - Name: Social Value / Weighting: 10

two.2.11) Information about options

Options: Yes

Description of options

1-year term with 1 x 8-month option to extend.

two.2.14) Additional information

The Flexible Procurement Agreement (the Contract) shall commence on 1.8.2022 and shall be for an initial 1 (one) year terminating on 31.7.2023 unless terminated earlier in accordance with the provisions of the Terms and Conditions or the Lead Authority notifies the Provider in writing not less than 3 months prior to 31.7.2023 of the intention to take up the 8 month option to extend. If the Lead Authority intends for this Flexible Procurement Agreement to continue, then the Lead Authority will notify Providers in writing not less than three months prior to the 8-month option to extend. The Lead Authority will indicate what length of time it has been extended for and when the Lead Authority will notify Providers of any further extensions.

two.2) Description

two.2.1) Title

Independent Special Schools and Colleges, Post-16, ASD with Social, Emotional and Mental Health (SEMH)issues

Lot No

11

two.2.2) Additional CPV code(s)

  • 80000000 - Education and training services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

Placements in independent special schools and colleges for Children and Young People 16 - 25 years with Autistic Spectrum Disorder (ASD) with Social, Emotional and Mental health (SEMH) issues. Day placements, weekly boarder placements, termly-boarder placements and/or 52-week residential placements.

Placements could be anywhere in the UK but are anticipated to be mainly within the North of England.

Unlimited number of Providers to be appointed to this Lot.

The opportunity can be accessed via the NEPO eTender system. Suppliers wishing to be considered for this Flexible Procurement Agreement must register their expression of interest and submit a tender through the NEPO eTender system. If not already registered, tenderers should register on the NEPO eTender system athttps://procontract.due-north.com/register?openform

Tenders must be submitted using the link above. Tenders submitted via postal or email methods will not be accepted. If you require time-critical assistance on submitting your Tender please contact the System Support Team on 0330 0050352. For non-time critical issues, such as passwords, general account queries and location of information etc. please contact Proactis Supplier Support Helpdesk Ticketing System (http://proactis.kayako.com) and select ProContract V3 support. You will then need to log in or submit a ticket to register your issue. Alternatively, you can email ProContractSuppliers@proactis.com this will automatically log a support ticket on the Proactis Supplier Support Helpdesk. Successful suppliers will enter into a Flexible Procurement Agreement in a form which is set out in the procurement documents. The lead authority does not give any guarantee and/or warrant the actual value of the goods/works/services (if any) which will be placed with the successful suppliers by any participating organisation using the Flexible Procurement Agreement pursuant to this process and accepts no liability thereof.

two.2.5) Award criteria

Cost criterion - Name: Quality / Weighting: 50

Cost criterion - Name: Price / Weighting: 40

Cost criterion - Name: Social Value / Weighting: 10

two.2.11) Information about options

Options: Yes

Description of options

1-year term with 1 x 8-month option to extend.

two.2.14) Additional information

The Flexible Procurement Agreement (the Contract) shall commence on 1.8.2022 and shall be for an initial 1 (one) year terminating on 31.7.2023 unless terminated earlier in accordance with the provisions of the Terms and Conditions or the Lead Authority notifies the Provider in writing not less than 3 months prior to 31.7.2023 of the intention to take up the 8 month option to extend. If the Lead Authority intends for this Flexible Procurement Agreement to continue, then the Lead Authority will notify Providers in writing not less than three months prior to the 8-month option to extend. The Lead Authority will indicate what length of time it has been extended for and when the Lead Authority will notify Providers of any further extensions

two.2) Description

two.2.1) Title

Independent Special Schools and Colleges, Post-16, ASD with complex learning difficulties or severe learning difficulties

Lot No

12

two.2.2) Additional CPV code(s)

  • 80000000 - Education and training services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

Placements in independent special schools and colleges for Children and Young People 16 - 25 years with Autistic Spectrum Disorder (ASD) with complex learning difficulties or severe learning difficulties. Day placements, weekly boarder placements, termly-boarder placements and/or 52-week residential placements.

Placements could be anywhere in the UK but are anticipated to be mainly within the North of England.

Unlimited number of Providers to be appointed to this Lot.

The opportunity can be accessed via the NEPO eTender system. Suppliers wishing to be considered for this Flexible Procurement Agreement must register their expression of interest and submit a tender through the NEPO eTender system. If not already registered, tenderers should register on the NEPO eTender system athttps://procontract.due-north.com/register?openform

Tenders must be submitted using the link above. Tenders submitted via postal or email methods will not be accepted. If you require time-critical assistance on submitting your Tender please contact the System Support Team on 0330 0050352. For non-time critical issues, such as passwords, general account queries and location of information etc. please contact Proactis Supplier Support Helpdesk Ticketing System (http://proactis.kayako.com) and select ProContract V3 support. You will then need to log in or submit a ticket to register your issue. Alternatively, you can email ProContractSuppliers@proactis.com this will automatically log a support ticket on the Proactis Supplier Support Helpdesk. Successful suppliers will enter into a Flexible Procurement Agreement in a form which is set out in the procurement documents. The lead authority does not give any guarantee and/or warrant the actual value of the goods/works/services (if any) which will be placed with the successful suppliers by any participating organisation using the Flexible Procurement Agreement pursuant to this process and accepts no liability thereof.

two.2.5) Award criteria

Cost criterion - Name: Quality / Weighting: 50

Cost criterion - Name: Price / Weighting: 40

Cost criterion - Name: Social Value / Weighting: 10

two.2.11) Information about options

Options: Yes

Description of options

1-year term with 1 x 8-month option to extend.

two.2.14) Additional information

The Flexible Procurement Agreement (the Contract) shall commence on 1.8.2022 and shall be for an initial 1 (one) year terminating on 31.7.2023 unless terminated earlier in accordance with the provisions of the Terms and Conditions or the Lead Authority notifies the Provider in writing not less than 3 months prior to 31.7.2023 of the intention to take up the 8 month option to extend. If the Lead Authority intends for this Flexible Procurement Agreement to continue, then the Lead Authority will notify Providers in writing not less than three months prior to the 8-month option to extend. The Lead Authority will indicate what length of time it has been extended for and when the Lead Authority will notify Providers of any further extensions.

two.2) Description

two.2.1) Title

Independent Special Schools and Colleges, Post-16, Social, Emotional and Mental Health (SEMH) issues

Lot No

13

two.2.2) Additional CPV code(s)

  • 80000000 - Education and training services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

Placements in independent special schools and colleges for Children and Young People 16 - 25 years with Social, Emotional and Mental Health (SEMH) issues. Day placements, weekly boarder placements, termly-boarder placements and/or 52-week residential placements.

Placements could be anywhere in the UK but are anticipated to be mainly within the North of England.

Unlimited number of Providers to be appointed to this Lot.

The opportunity can be accessed via the NEPO eTender system. Suppliers wishing to be considered for this Flexible Procurement Agreement must register their expression of interest and submit a tender through the NEPO eTender system. If not already registered, tenderers should register on the NEPO eTender system athttps://procontract.due-north.com/register?openform

Tenders must be submitted using the link above. Tenders submitted via postal or email methods will not be accepted. If you require time-critical assistance on submitting your Tender please contact the System Support Team on 0330 0050352. For non-time critical issues, such as passwords, general account queries and location of information etc. please contact Proactis Supplier Support Helpdesk Ticketing System (http://proactis.kayako.com) and select ProContract V3 support. You will then need to log in or submit a ticket to register your issue. Alternatively, you can email ProContractSuppliers@proactis.com this will automatically log a support ticket on the Proactis Supplier Support Helpdesk. Successful suppliers will enter into a Flexible Procurement Agreement in a form which is set out in the procurement documents. The lead authority does not give any guarantee and/or warrant the actual value of the goods/works/services (if any) which will be placed with the successful suppliers by any participating organisation using the Flexible Procurement Agreement pursuant to this process and accepts no liability thereof.

two.2.5) Award criteria

Cost criterion - Name: Quality / Weighting: 50

Cost criterion - Name: Price / Weighting: 40

Cost criterion - Name: Social Value / Weighting: 10

two.2.11) Information about options

Options: Yes

Description of options

1-year term with 1 x 8-month option to extend.

two.2.14) Additional information

The Flexible Procurement Agreement (the Contract) shall commence on 1.8.2022 and shall be for an initial 1 (one) year terminating on 31.7.2023 unless terminated earlier in accordance with the provisions of the Terms and Conditions or the Lead Authority notifies the Provider in writing not less than 3 months prior to 31.7.2023 of the intention to take up the 8 month option to extend. If the Lead Authority intends for this Flexible Procurement Agreement to continue, then the Lead Authority will notify Providers in writing not less than three months prior to the 8-month option to extend. The Lead Authority will indicate what length of time it has been extended for and when the Lead Authority will notify Providers of any further extensions.

two.2) Description

two.2.1) Title

Independent Special Schools and Colleges, Post-16, Profound and multiple learning difficulties/severe learning difficulties

Lot No

14

two.2.2) Additional CPV code(s)

  • 80000000 - Education and training services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

Placements in independent special schools and colleges for Children and Young People 16 - 25 years with profound and multiple learning difficulties/severe learning difficulties. Day placements, weekly boarder placements, termly-boarder placements and/or 52-week residential placements.

Placements could be anywhere in the UK but are anticipated to be mainly within the North of England.

Unlimited number of Providers to be appointed to this Lot.

The opportunity can be accessed via the NEPO eTender system. Suppliers wishing to be considered for this Flexible Procurement Agreement must register their expression of interest and submit a tender through the NEPO eTender system. If not already registered, tenderers should register on the NEPO eTender system athttps://procontract.due-north.com/register?openform

Tenders must be submitted using the link above. Tenders submitted via postal or email methods will not be accepted. If you require time-critical assistance on submitting your Tender please contact the System Support Team on 0330 0050352. For non-time critical issues, such as passwords, general account queries and location of information etc. please contact Proactis Supplier Support Helpdesk Ticketing System (http://proactis.kayako.com) and select ProContract V3 support. You will then need to log in or submit a ticket to register your issue. Alternatively, you can email ProContractSuppliers@proactis.com this will automatically log a support ticket on the Proactis Supplier Support Helpdesk. Successful suppliers will enter into a Flexible Procurement Agreement in a form which is set out in the procurement documents. The lead authority does not give any guarantee and/or warrant the actual value of the goods/works/services (if any) which will be placed with the successful suppliers by any participating organisation using the Flexible Procurement Agreement pursuant to this process and accepts no liability thereof.

two.2.5) Award criteria

Cost criterion - Name: Quality / Weighting: 50

Cost criterion - Name: Price / Weighting: 40

Cost criterion - Name: Social Value / Weighting: 10

two.2.11) Information about options

Options: Yes

Description of options

1-year term with 1 x 8-month option to extend.

two.2.14) Additional information

The Flexible Procurement Agreement (the Contract) shall commence on 1.8.2022 and shall be for an initial 1 (one) year terminating on 31.7.2023 unless terminated earlier in accordance with the provisions of the Terms and Conditions or the Lead Authority notifies the Provider in writing not less than 3 months prior to 31.7.2023 of the intention to take up the 8 month option to extend. If the Lead Authority intends for this Flexible Procurement Agreement to continue, then the Lead Authority will notify Providers in writing not less than three months prior to the 8-month option to extend. The Lead Authority will indicate what length of time it has been extended for and when the Lead Authority will notify Providers of any further extensions.

two.2) Description

two.2.1) Title

Independent Special Schools and Colleges, Post-16, Physical disability or medical need

Lot No

15

two.2.2) Additional CPV code(s)

  • 80000000 - Education and training services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

Placements in independent special schools and colleges for Children and Young People 16 - 25 years with physical disability or medical needs. Day placements, weekly boarder placements, termly-boarder placements and/or 52-week residential placements.

Placements could be anywhere in the UK but are anticipated to be mainly within the North of England.

Unlimited number of Providers to be appointed to this Lot.

The opportunity can be accessed via the NEPO eTender system. Suppliers wishing to be considered for this Flexible Procurement Agreement must register their expression of interest and submit a tender through the NEPO eTender system. If not already registered, tenderers should register on the NEPO eTender system athttps://procontract.due-north.com/register?openform

Tenders must be submitted using the link above. Tenders submitted via postal or email methods will not be accepted. If you require time-critical assistance on submitting your Tender please contact the System Support Team on 0330 0050352. For non-time critical issues, such as passwords, general account queries and location of information etc. please contact Proactis Supplier Support Helpdesk Ticketing System (http://proactis.kayako.com) and select ProContract V3 support. You will then need to log in or submit a ticket to register your issue. Alternatively, you can email ProContractSuppliers@proactis.com this will automatically log a support ticket on the Proactis Supplier Support Helpdesk. Successful suppliers will enter into a Flexible Procurement Agreement in a form which is set out in the procurement documents. The lead authority does not give any guarantee and/or warrant the actual value of the goods/works/services (if any) which will be placed with the successful suppliers by any participating organisation using the Flexible Procurement Agreement pursuant to this process and accepts no liability thereof.

two.2.5) Award criteria

Cost criterion - Name: Quality / Weighting: 50

Cost criterion - Name: Price / Weighting: 40

Cost criterion - Name: Social Value / Weighting: 10

two.2.11) Information about options

Options: Yes

Description of options

1-year term with 1 x 8-month option to extend.

two.2.14) Additional information

The Flexible Procurement Agreement (the Contract) shall commence on 1.8.2022 and shall be for an initial 1 (one) year terminating on 31.7.2023 unless terminated earlier in accordance with the provisions of the Terms and Conditions or the Lead Authority notifies the Provider in writing not less than 3 months prior to 31.7.2023 of the intention to take up the 8 month option to extend. If the Lead Authority intends for this Flexible Procurement Agreement to continue, then the Lead Authority will notify Providers in writing not less than three months prior to the 8-month option to extend. The Lead Authority will indicate what length of time it has been extended for and when the Lead Authority will notify Providers of any further extensions.

two.2) Description

two.2.1) Title

Independent Special Schools and Colleges, Post-16, Significant Sensory disability and communication needs(speech and language/hearing impairment/visual impairment/multi-sensory impairment)

Lot No

16

two.2.2) Additional CPV code(s)

  • 80000000 - Education and training services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

Placements in independent special schools and colleges for Children and Young People 16 - 25 years with Significant Sensory disability and communication needs (speech and language/hearing impairment/visual impairment/multi-sensory impairment). Day placements, weekly boarder placements, termly-boarder placements and/or 52-week residential placements.

Placements could be anywhere in the UK but are anticipated to be mainly within the North of England.

Unlimited number of Providers to be appointed to this Lot.

The opportunity can be accessed via the NEPO eTender system. Suppliers wishing to be considered for this Flexible Procurement Agreement must register their expression of interest and submit a tender through the NEPO eTender system. If not already registered, tenderers should register on the NEPO eTender system athttps://procontract.due-north.com/register?openform

Tenders must be submitted using the link above. Tenders submitted via postal or email methods will not be accepted. If you require time-critical assistance on submitting your Tender please contact the System Support Team on 0330 0050352. For non-time critical issues, such as passwords, general account queries and location of information etc. please contact Proactis Supplier Support Helpdesk Ticketing System (http://proactis.kayako.com) and select ProContract V3 support. You will then need to log in or submit a ticket to register your issue. Alternatively, you can email ProContractSuppliers@proactis.com this will automatically log a support ticket on the Proactis Supplier Support Helpdesk. Successful suppliers will enter into a Flexible Procurement Agreement in a form which is set out in the procurement documents. The lead authority does not give any guarantee and/or warrant the actual value of the goods/works/services (if any) which will be placed with the successful suppliers by any participating organisation using the Flexible Procurement Agreement pursuant to this process and accepts no liability thereof.

two.2.5) Award criteria

Cost criterion - Name: Quality / Weighting: 50

Cost criterion - Name: Price / Weighting: 40

Cost criterion - Name: Social Value / Weighting: 10

two.2.11) Information about options

Options: Yes

Description of options

1-year term with 1 x 8-month option to extend.

two.2.14) Additional information

The Flexible Procurement Agreement (the Contract) shall commence on 1.8.2022 and shall be for an initial 1 (one) year terminating on 31.7.2023 unless terminated earlier in accordance with the provisions of the Terms and Conditions or the Lead Authority notifies the Provider in writing not less than 3 months prior to 31.7.2023 of the intention to take up the 8 month option to extend. If the Lead Authority intends for this Flexible Procurement Agreement to continue, then the Lead Authority will notify Providers in writing not less than three months prior to the 8-month option to extend. The Lead Authority will indicate what length of time it has been extended for and when the Lead Authority will notify Providers of any further extensions.

two.2) Description

two.2.1) Title

Independent Special Schools and Colleges, Post-16, Specific learning difficulties (SpLD)

Lot No

17

two.2.2) Additional CPV code(s)

  • 80000000 - Education and training services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

Placements in independent special schools and colleges for Children and Young People 16 - 25 years with Specific learning difficulties (SpLD). Day placements, weekly boarder placements, termly-boarder placements and/or 52-week residential placements.

Placements could be anywhere in the UK but are anticipated to be mainly within the North of England.

Unlimited number of Providers to be appointed to this Lot.

The opportunity can be accessed via the NEPO eTender system. Suppliers wishing to be considered for this Flexible Procurement Agreement must register their expression of interest and submit a tender through the NEPO eTender system. If not already registered, tenderers should register on the NEPO eTender system athttps://procontract.due-north.com/register?openform

Tenders must be submitted using the link above. Tenders submitted via postal or email methods will not be accepted. If you require time-critical assistance on submitting your Tender please contact the System Support Team on 0330 0050352. For non-time critical issues, such as passwords, general account queries and location of information etc. please contact Proactis Supplier Support Helpdesk Ticketing System (http://proactis.kayako.com) and select ProContract V3 support. You will then need to log in or submit a ticket to register your issue. Alternatively, you can email ProContractSuppliers@proactis.com this will automatically log a support ticket on the Proactis Supplier Support Helpdesk. Successful suppliers will enter into a Flexible Procurement Agreement in a form which is set out in the procurement documents. The lead authority does not give any guarantee and/or warrant the actual value of the goods/works/services (if any) which will be placed with the successful suppliers by any participating organisation using the Flexible Procurement Agreement pursuant to this process and accepts no liability thereof.

two.2.5) Award criteria

Cost criterion - Name: Quality / Weighting: 50

Cost criterion - Name: Price / Weighting: 40

Cost criterion - Name: Social Value / Weighting: 10

two.2.11) Information about options

Options: Yes

Description of options

1-year term with 1 x 8-month option to extend.

two.2.14) Additional information

The Flexible Procurement Agreement (the Contract) shall commence on 1.8.2022 and shall be for an initial 1 (one) year terminating on 31.7.2023 unless terminated earlier in accordance with the provisions of the Terms and Conditions or the Lead Authority notifies the Provider in writing not less than 3 months prior to 31.7.2023 of the intention to take up the 8 month option to extend. If the Lead Authority intends for this Flexible Procurement Agreement to continue, then the Lead Authority will notify Providers in writing not less than three months prior to the 8-month option to extend. The Lead Authority will indicate what length of time it has been extended for and when the Lead Authority will notify Providers of any further extensions.

two.2) Description

two.2.1) Title

Independent Special Schools and Colleges, Post-16, Moderate Learning Difficulties (MLD)

Lot No

18

two.2.2) Additional CPV code(s)

  • 80000000 - Education and training services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

Placements in independent special schools and colleges for Children and Young People 16 - 25 years with Moderate Learning Difficulties (MLD). Day placements, weekly boarder placements, termly-boarder placements and/or 52-week residential placements.

Placements could be anywhere in the UK but are anticipated to be mainly within the North of England.

Unlimited number of Providers to be appointed to this Lot.

The opportunity can be accessed via the NEPO eTender system. Suppliers wishing to be considered for this Flexible Procurement Agreement must register their expression of interest and submit a tender through the NEPO eTender system. If not already registered, tenderers should register on the NEPO eTender system athttps://procontract.due-north.com/register?openform

Tenders must be submitted using the link above. Tenders submitted via postal or email methods will not be accepted. If you require time-critical assistance on submitting your Tender please contact the System Support Team on 0330 0050352. For non-time critical issues, such as passwords, general account queries and location of information etc. please contact Proactis Supplier Support Helpdesk Ticketing System (http://proactis.kayako.com) and select ProContract V3 support. You will then need to log in or submit a ticket to register your issue. Alternatively, you can email ProContractSuppliers@proactis.com this will automatically log a support ticket on the Proactis Supplier Support Helpdesk. Successful suppliers will enter into a Flexible Procurement Agreement in a form which is set out in the procurement documents. The lead authority does not give any guarantee and/or warrant the actual value of the goods/works/services (if any) which will be placed with the successful suppliers by any participating organisation using the Flexible Procurement Agreement pursuant to this process and accepts no liability thereof

two.2.5) Award criteria

Cost criterion - Name: Quality / Weighting: 50

Cost criterion - Name: Price / Weighting: 40

Cost criterion - Name: Social Value / Weighting: 10

two.2.11) Information about options

Options: Yes

Description of options

1-year term with 1 x 8-month option to extend.

two.2.14) Additional information

The Flexible Procurement Agreement (the Contract) shall commence on 1.8.2022 and shall be for an initial 1 (one) year terminating on 31.7.2023 unless terminated earlier in accordance with the provisions of the Terms and Conditions or the Lead Authority notifies the Provider in writing not less than 3 months prior to 31.7.2023 of the intention to take up the 8 month option to extend. If the Lead Authority intends for this Flexible Procurement Agreement to continue, then the Lead Authority will notify Providers in writing not less than three months prior to the 8-month option to extend. The Lead Authority will indicate what length of time it has been extended for and when the Lead Authority will notify Providers of any further extensions.

two.2) Description

two.2.1) Title

Residential Children's Homes within specified geographical boundaries

Lot No

19

two.2.2) Additional CPV code(s)

  • 80000000 - Education and training services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom
Main site or place of performance

North East

two.2.4) Description of the procurement

Placements in residential children's Homes for Children and Young People 0 - 18 years. The Child / Young Person is the subject of a Care Order (section 31 of the Children 1989) and in which case the Local Authority will have parental responsibility or the Local Authority is satisfied that the Child/Young Person is in need of accommodation under (section 20 of the Children Act 1989), in which case the Local Authority will not have parental responsibility for the Child / Young Person.

The Child/Young Person may need education provision as part of the placement.

An unlimited number of Homes will be appointed to the solution from within the following Local Authority/County boundaries:

1. Darlington

2. Durham

3. Gateshead

4. Hartlepool

5. Middlesbrough

6. Newcastle City Council

7. North Tyneside

8. Northumberland

9. Redcar and Cleveland

10. South Tyneside

11. Stockton

12. Sunderland

13. Cumbria

14. Dumfries and Galloway

15. East Lothian

16. Humberside

17. Lancashire

18. Midlothian (including City of Edinburgh Unitary Authority)

19. North Yorkshire

20. West Yorkshire

21. Scottish Borders

22. South Lanarkshire

23. South Yorkshire

24. York

The opportunity can be accessed via the NEPO eTender system. Suppliers wishing to be considered for this Flexible Procurement Agreement must register their expression of interest and submit a tender through the NEPO eTender system. If not already registered, tenderers should register on the NEPO eTender system at https://procontract.due-north.com/register?openform. Tenders must be submitted using the link above. Tenders submitted via postal or email methods will not be accepted. If you require time-critical assistance on submitting your Tender please contact the System Support Team on 0330 0050352. For non-time critical issues, such as passwords, general account queries and location of information etc. please contact Proactis Supplier Support Helpdesk Ticketing System (http://proactis.kayako.com) and select ProContractV3 support. You will then need to log in or submit a ticket to register your issue. Alternatively, you can emailProContractSuppliers@proactis.com this will automatically log a support ticket on the Proactis Supplier Support Helpdesk. Successful suppliers will enter into a Flexible Procurement Agreement in a form which is set out in the procurement documents. The lead authority does not give any guarantee and/or warrant the actual value of the goods/works/services (if any) which will be placed with the successful suppliers by any participating organisation using the Flexible Procurement Agreement pursuant to this process and accepts no liability thereof.

two.2.5) Award criteria

Cost criterion - Name: Quality / Weighting: 50

Cost criterion - Name: Price / Weighting: 40

Cost criterion - Name: Social Value / Weighting: 10

two.2.11) Information about options

Options: Yes

Description of options

1-year term with 1 x 8-month option to extend.

two.2.14) Additional information

The Flexible Procurement Agreement (the Contract) shall commence on 1.8.2022 and shall be for an initial 1 (one) year terminating on 31.7.2023 unless terminated earlier in accordance with the provisions of the Terms and Conditions or the Lead Authority notifies the Provider in writing not less than 3 months prior to 31.7.2023 of the intention to take up the 8 month option to extend. If the Lead Authority intends for this Flexible Procurement Agreement to continue, then the Lead Authority will notify Providers in writing not less than three months prior to the 8-month option to extend. The Lead Authority will indicate what length of time it has been extended for and when the Lead Authority will notify Providers of any further extensions.

two.2) Description

two.2.1) Title

Children's Residential Homes - Specialist Assessment / Crisis Intervention

Lot No

20

two.2.2) Additional CPV code(s)

  • 80000000 - Education and training services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

Placements in residential children's homes for Children and Young People 0 - 18 years. Education may be required as part of the placement.

Placements could be anywhere in the UK with the aim to have most placements within the North East.

Unlimited number of Providers to be appointed to this Lot.

No geographical restrictions to this Lot.

The opportunity can be accessed via the NEPO eTender system. Suppliers wishing to be considered for this Flexible Procurement Agreement must register their expression of interest and submit a tender through the NEPO eTender system. If not already registered, tenderers should register on the NEPO eTender system athttps://procontract.due-north.com/register?openform

Tenders must be submitted using the link above. Tenders submitted via postal or email methods will not be accepted. If you require time-critical assistance on submitting your Tender please contact the System Support Team on 0330 0050352. For non-time critical issues, such as passwords, general account queries and location of information etc. please contact Proactis Supplier Support Helpdesk Ticketing System (http://proactis.kayako.com) and select ProContract V3 support. You will then need to log in or submit a ticket to register your issue. Alternatively, you can email ProContractSuppliers@proactis.com this will automatically log a support ticket on the Proactis Supplier Support Helpdesk. Successful suppliers will enter into a Flexible Procurement Agreement in a form which is set out in the procurement documents. The lead authority does not give any guarantee and/or warrant the actual value of the goods/works/services (if any) which will be placed with the successful suppliers by any participating organisation using the Flexible Procurement Agreement pursuant to this process and accepts no liability thereof.

two.2.5) Award criteria

Cost criterion - Name: Quality / Weighting: 50

Cost criterion - Name: Price / Weighting: 40

Cost criterion - Name: Social Value / Weighting: 10

two.2.11) Information about options

Options: Yes

Description of options

1-year term with 1 x 8-month option to extend.

two.2.14) Additional information

The Flexible Procurement Agreement (the Contract) shall commence on 1.8.2022 and shall be for an initial 1 (one) year terminating on 31.7.2023 unless terminated earlier in accordance with the provisions of the Terms and Conditions or the Lead Authority notifies the Provider in writing not less than 3 months prior to 31.7.2023 of the intention to take up the 8 month option to extend. If the Lead Authority intends for this Flexible Procurement Agreement to continue, then the Lead Authority will notify Providers in writing not less than three months prior to the 8-month option to extend. The Lead Authority will indicate what length of time it has been extended for and when the Lead Authority will notify Providers of any further extensions.

two.2) Description

two.2.1) Title

Residential Children's Homes with no geographical restrictions

Lot No

21

two.2.2) Additional CPV code(s)

  • 80000000 - Education and training services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

Placements in residential children's Homes for Children and Young People 0 - 18 years. The Child / Young Person is the subject of a Care Order (section 31 of the Children 1989) and in which case the Local Authority will have parental responsibility or the Local Authority is satisfied that the Child/Young Person is in need of accommodation under (section 20 of the Children Act 1989), in which case the Local Authority will not have parental responsibility for the Child / Young Person.

The Child/Young Person may need education provision as part of the placement.

An unlimited number of Homes will be appointed to the solution from across the UK.

The opportunity can be accessed via the NEPO eTender system. Suppliers wishing to be considered for this Flexible Procurement Agreement must register their expression of interest and submit a tender through the NEPO eTender system. If not already registered, tenderers should register on the NEPO eTender system athttps://procontract.due-north.com/register?openform

Tenders must be submitted using the link above. Tenders submitted via postal or email methods will not be accepted. If you require time-critical assistance on submitting your Tender please contact the System Support Team on 0330 0050352. For non-time critical issues, such as passwords, general account queries and location of information etc. please contact Proactis Supplier Support Helpdesk Ticketing System (http://proactis.kayako.com) and select ProContract V3 support. You will then need to log in or submit a ticket to register your issue. Alternatively, you can email ProContractSuppliers@proactis.com this will automatically log a support ticket on the Proactis Supplier Support Helpdesk. Successful suppliers will enter into a Flexible Procurement Agreement in a form which is set out in the procurement documents. The lead authority does not give any guarantee and/or warrant the actual value of the goods/works/services (if any) which will be placed with the successful suppliers by any participating organisation using the Flexible Procurement Agreement pursuant to this process and accepts no liability thereof.

two.2.5) Award criteria

Cost criterion - Name: Quality / Weighting: 50

Cost criterion - Name: Price / Weighting: 40

Cost criterion - Name: Social Value / Weighting: 10

two.2.11) Information about options

Options: Yes

Description of options

1-year term with 1 x 8-month option to extend.

two.2.14) Additional information

The Flexible Procurement Agreement (the Contract) shall commence on 1.8.2022 and shall be for an initial 1 (one) year terminating on 31.7.2023 unless terminated earlier in accordance with the provisions of the Terms and Conditions or the Lead Authority notifies the Provider in writing not less than 3 months prior to 31.7.2023 of the intention to take up the 8 month option to extend. If the Lead Authority intends for this Flexible Procurement Agreement to continue, then the Lead Authority will notify Providers in writing not less than three months prior to the 8-month option to extend. The Lead Authority will indicate what length of time it has been extended for and when the Lead Authority will notify Providers of any further extensions.

two.2) Description

two.2.1) Title

Ofsted Registered Residential Short Breaks

Lot No

22

two.2.2) Additional CPV code(s)

  • 80000000 - Education and training services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

Placements in residential children's Homes for Children and Young People 0 - 18 years providing Short Breakservices. The Child / Young Person may or may not be subject of a Care Order (section 31 of the Children 1989)and in which case the Local Authority will have parental responsibility or the Local Authority is satisfied that theChild/Young Person is in need of accommodation under (section 20 of the Children Act 1989), in which case theLocal Authority will not have parental responsibility for the Child / Young Person.

An unlimited number of Homes will be appointed to the solution from across the UK but it is anticipated thatmost placements will be made in the North of England.

The opportunity can be accessed via the NEPO eTender system. Suppliers wishing to be considered for thisFlexible Procurement Agreement must register their expression of interest and submit a tender through theNEPO eTender system

two.2.5) Award criteria

Cost criterion - Name: Quality / Weighting: 50

Cost criterion - Name: Price / Weighting: 40

Cost criterion - Name: Social Value / Weighting: 10

two.2.11) Information about options

Options: Yes

Description of options

1-year term with 1 x 8-month option to extend

two.2.14) Additional information

The Flexible Procurement Agreement (the Contract) shall commence on 1.8.2022 and shall be for an initial 1 (one) year terminating on 31.7.2023 unless terminated earlier in accordance with the provisions of the Terms and Conditions or the Lead Authority notifies the Provider in writing not less than 3 months prior to 31.7.2023 of the intention to take up the 8 month option to extend. If the Lead Authority intends for this Flexible Procurement Agreement to continue, then the Lead Authority will notify Providers in writing not less than three months prior to the 8-month option to extend. The Lead Authority will indicate what length of time it has been extended for and when the Lead Authority will notify Providers of any further extensions.


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Open procedure

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

The procurement involves the establishment of a framework agreement

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: 2022/S 000-012191


Section five. Award of contract

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

29 June 2022

five.2.2) Information about tenders

Number of tenders received: 23

Number of tenders received from SMEs: 12

Number of tenders received by electronic means: 23

The contract has been awarded to a group of economic operators: No

five.2.3) Name and address of the contractor

Acorn Education and Care Services Ltd

Bolton

Country

United Kingdom

NUTS code
  • UK - United Kingdom
Companies House

07027492

The contractor is an SME

No

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

Lowest offer: £0.01 / Highest offer: £150,000,000 taken into consideration

five.2.5) Information about subcontracting

The contract is likely to be subcontracted

Short description of the part of the contract to be subcontracted

Part of Outcomes First Group and subcontracted to any of its entities


Section five. Award of contract

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

29 June 2022

five.2.2) Information about tenders

Number of tenders received: 23

Number of tenders received from SMEs: 12

Number of tenders received by electronic means: 23

The contract has been awarded to a group of economic operators: No

five.2.3) Name and address of the contractor

Ashdown Care Homes Ltd

Newcastle

Country

United Kingdom

NUTS code
  • UK - United Kingdom
Companies House

04779830

The contractor is an SME

Yes

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

Lowest offer: £0.01 / Highest offer: £150,000,000 taken into consideration


Section five. Award of contract

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

29 June 2022

five.2.2) Information about tenders

Number of tenders received: 23

Number of tenders received from SMEs: 12

Number of tenders received by electronic means: 23

The contract has been awarded to a group of economic operators: No

five.2.3) Name and address of the contractor

1.1(a) Full name of the potential supplier submitting the information Salutem Shared Services Limited, for care provision by Pathways Care Group Limited

Windsor

Country

United Kingdom

NUTS code
  • UK - United Kingdom
Companies House

03409137

The contractor is an SME

No

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

Lowest offer: £0.01 / Highest offer: £150,000,000 taken into consideration


Section five. Award of contract

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

29 June 2022

five.2.2) Information about tenders

Number of tenders received: 23

Number of tenders received from SMEs: 12

Number of tenders received by electronic means: 23

The contract has been awarded to a group of economic operators: No

five.2.3) Name and address of the contractor

Education & Services for People with autism Ltd.

Sunderland

Country

United Kingdom

NUTS code
  • UK - United Kingdom
Charity Commission (England and Wales)

1037868

The contractor is an SME

No

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

Lowest offer: £0.01 / Highest offer: £150,000,000 taken into consideration


Section five. Award of contract

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

29 June 2022

five.2.2) Information about tenders

Number of tenders received: 23

Number of tenders received from SMEs: 12

Number of tenders received by electronic means: 23

The contract has been awarded to a group of economic operators: No

five.2.3) Name and address of the contractor

Evolution Children Services Ltd

Newcastle

Country

United Kingdom

NUTS code
  • UK - United Kingdom
Companies House

06508335

The contractor is an SME

Yes

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

Lowest offer: £0.01 / Highest offer: £150,000,000 taken into consideration


Section five. Award of contract

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

29 June 2022

five.2.2) Information about tenders

Number of tenders received: 23

Number of tenders received from SMEs: 12

Number of tenders received by electronic means: 23

The contract has been awarded to a group of economic operators: No

five.2.3) Name and address of the contractor

Gateshead Council - Grove House

Gateshead

Country

United Kingdom

NUTS code
  • UK - United Kingdom
Justification for not providing organisation identifier

Not on any register

The contractor is an SME

No

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

Lowest offer: £0.01 / Highest offer: £150,000,000 taken into consideration


Section five. Award of contract

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

29 June 2022

five.2.2) Information about tenders

Number of tenders received: 23

Number of tenders received from SMEs: 12

Number of tenders received by electronic means: 23

The contract has been awarded to a group of economic operators: No

five.2.3) Name and address of the contractor

GUST Independent School Limited

Northumberland

Country

United Kingdom

NUTS code
  • UK - United Kingdom
Companies House

05264900

The contractor is an SME

Yes

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

Lowest offer: £0.01 / Highest offer: £150,000,000 taken into consideration


Section five. Award of contract

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

29 June 2022

five.2.2) Information about tenders

Number of tenders received: 23

Number of tenders received from SMEs: 12

Number of tenders received by electronic means: 23

The contract has been awarded to a group of economic operators: No

five.2.3) Name and address of the contractor

Haskel School

Gateshead

Country

United Kingdom

NUTS code
  • UK - United Kingdom
Charity Commission (England and Wales)

1015297

The contractor is an SME

Yes

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

Lowest offer: £0.01 / Highest offer: £150,000,000 taken into consideration


Section five. Award of contract

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

29 June 2022

five.2.2) Information about tenders

Number of tenders received: 23

Number of tenders received from SMEs: 12

Number of tenders received by electronic means: 23

The contract has been awarded to a group of economic operators: No

five.2.3) Name and address of the contractor

Hennessy Living Group Ltd

Durham

Country

United Kingdom

NUTS code
  • UK - United Kingdom
Companies House

08774156

The contractor is an SME

Yes

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

Lowest offer: £0.01 / Highest offer: £150,000,000 taken into consideration


Section five. Award of contract

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

29 June 2022

five.2.2) Information about tenders

Number of tenders received: 23

Number of tenders received from SMEs: 12

Number of tenders received by electronic means: 23

The contract has been awarded to a group of economic operators: No

five.2.3) Name and address of the contractor

Hilside School (Aberdour) Ltd

Fife

Country

United Kingdom

NUTS code
  • UK - United Kingdom
UK Register of Learning Providers (UKPRN number)

SCO85951

The contractor is an SME

Yes

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

Lowest offer: £0.01 / Highest offer: £150,000,000 taken into consideration


Section five. Award of contract

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

29 June 2022

five.2.2) Information about tenders

Number of tenders received: 23

Number of tenders received from SMEs: 12

Number of tenders received by electronic means: 23

The contract has been awarded to a group of economic operators: No

five.2.3) Name and address of the contractor

Huntercombe Young People Ltd

Kent

Country

United Kingdom

NUTS code
  • UK - United Kingdom
Companies House

12887759

The contractor is an SME

No

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

Lowest offer: £0.01 / Highest offer: £150,000,000 taken into consideration


Section five. Award of contract

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

29 June 2022

five.2.2) Information about tenders

Number of tenders received: 23

Number of tenders received from SMEs: 12

Number of tenders received by electronic means: 23

The contract has been awarded to a group of economic operators: No

five.2.3) Name and address of the contractor

Impact Childcare and Education Limited

Newcastle

Country

United Kingdom

NUTS code
  • UK - United Kingdom
Companies House

08610480

The contractor is an SME

Yes

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

Lowest offer: £0.01 / Highest offer: £1,500,000,000 taken into consideration


Section five. Award of contract

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

29 June 2022

five.2.2) Information about tenders

Number of tenders received: 23

Number of tenders received from SMEs: 12

Number of tenders received by electronic means: 23

The contract has been awarded to a group of economic operators: No

five.2.3) Name and address of the contractor

Kedleston Schools Limited

Uxbridge

Country

United Kingdom

NUTS code
  • UK - United Kingdom
Companies House

05779536

The contractor is an SME

Yes

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

Lowest offer: £0.01 / Highest offer: £150,000,000 taken into consideration


Section five. Award of contract

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

29 June 2022

five.2.2) Information about tenders

Number of tenders received: 23

Number of tenders received from SMEs: 12

Number of tenders received by electronic means: 23

The contract has been awarded to a group of economic operators: No

five.2.3) Name and address of the contractor

North East Autism Society (NEAS)

Durham

Country

United Kingdom

NUTS code
  • UK - United Kingdom
Companies House

02859620

The contractor is an SME

No

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

Lowest offer: £0.01 / Highest offer: £150,000,000 taken into consideration


Section five. Award of contract

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

29 June 2022

five.2.2) Information about tenders

Number of tenders received: 23

Number of tenders received from SMEs: 12

Number of tenders received by electronic means: 23

The contract has been awarded to a group of economic operators: No

five.2.3) Name and address of the contractor

North East Specialist Therapeutic Services CIC

Hartlepool

Country

United Kingdom

NUTS code
  • UK - United Kingdom
Companies House

8235190

The contractor is an SME

Yes

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

Lowest offer: £0.01 / Highest offer: £150,000,000 taken into consideration


Section five. Award of contract

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

29 June 2022

five.2.2) Information about tenders

Number of tenders received: 23

Number of tenders received from SMEs: 12

Number of tenders received by electronic means: 23

The contract has been awarded to a group of economic operators: No

five.2.3) Name and address of the contractor

One Step Care Limited

Durham

Country

United Kingdom

NUTS code
  • UK - United Kingdom
Companies House

10157134

The contractor is an SME

Yes

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

Lowest offer: £0.01 / Highest offer: £150,000,000 taken into consideration


Section five. Award of contract

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

29 June 2022

five.2.2) Information about tenders

Number of tenders received: 23

Number of tenders received from SMEs: 12

Number of tenders received by electronic means: 23

The contract has been awarded to a group of economic operators: No

five.2.3) Name and address of the contractor

OPTIONS AUTISM SERVICES LTD

Bolton

Country

United Kingdom

NUTS code
  • UK - United Kingdom
Companies House

08662612

The contractor is an SME

No

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

Lowest offer: £0.01 / Highest offer: £150,000,000 taken into consideration

five.2.5) Information about subcontracting

The contract is likely to be subcontracted


Section five. Award of contract

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

29 June 2022

five.2.2) Information about tenders

Number of tenders received: 23

Number of tenders received from SMEs: 12

Number of tenders received by electronic means: 23

The contract has been awarded to a group of economic operators: No

five.2.3) Name and address of the contractor

Pear Tree Projects Ltd

Darlington

Country

United Kingdom

NUTS code
  • UK - United Kingdom
Companies House

02760566

The contractor is an SME

No

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

Lowest offer: £0.01 / Highest offer: £150,000,000 taken into consideration


Section five. Award of contract

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

29 June 2022

five.2.2) Information about tenders

Number of tenders received: 23

Number of tenders received from SMEs: 12

Number of tenders received by electronic means: 23

The contract has been awarded to a group of economic operators: No

five.2.3) Name and address of the contractor

ROC Family Support Ltd

Durham

Country

United Kingdom

NUTS code
  • UK - United Kingdom
Companies House

04246122

The contractor is an SME

Yes

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

Lowest offer: £0.01 / Highest offer: £150,000,000 taken into consideration


Section five. Award of contract

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

29 June 2022

five.2.2) Information about tenders

Number of tenders received: 23

Number of tenders received from SMEs: 12

Number of tenders received by electronic means: 23

The contract has been awarded to a group of economic operators: No

five.2.3) Name and address of the contractor

Salutem LD Bidco IV Limited, trading as Ambito Care and Education

Windsor

Country

United Kingdom

NUTS code
  • UK - United Kingdom
Companies House

10988939

The contractor is an SME

Yes

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

Lowest offer: £0.01 / Highest offer: £150,000,000 taken into consideration


Section five. Award of contract

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

29 June 2022

five.2.2) Information about tenders

Number of tenders received: 23

Number of tenders received from SMEs: 12

Number of tenders received by electronic means: 23

The contract has been awarded to a group of economic operators: No

five.2.3) Name and address of the contractor

St Cuthberts Care

Newcastle

Country

United Kingdom

NUTS code
  • UK - United Kingdom
Companies House

1645617

The contractor is an SME

No

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

Lowest offer: £0.01 / Highest offer: £150,000,000 taken into consideration


Section five. Award of contract

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

29 June 2022

five.2.2) Information about tenders

Number of tenders received: 23

Number of tenders received from SMEs: 12

Number of tenders received by electronic means: 23

The contract has been awarded to a group of economic operators: No

five.2.3) Name and address of the contractor

Talbot House Trust

Newcastle

Country

United Kingdom

NUTS code
  • UK - United Kingdom
Charity Commission (England and Wales)

1076317

The contractor is an SME

Yes

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

Lowest offer: £0.01 / Highest offer: £150,000,000 taken into consideration


Section five. Award of contract

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

29 June 2022

five.2.2) Information about tenders

Number of tenders received: 23

Number of tenders received from SMEs: 12

Number of tenders received by electronic means: 23

The contract has been awarded to a group of economic operators: No

five.2.3) Name and address of the contractor

The Percy Hedley Foundation

Newcastle

Country

United Kingdom

NUTS code
  • UK - United Kingdom
Charity Commission (England and Wales)

515943

The contractor is an SME

No

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

Lowest offer: £0.01 / Highest offer: £150,000,000 taken into consideration


Section six. Complementary information

six.4) Procedures for review

six.4.1) Review body

Newcastle City Council

Newcastle

Country

United Kingdom