- 1. Newcastle City Council
- 2. Stockton-on-Tees Borough Council (Participating Organisation)
- 3. The County Council of Durham (Participating Organisation)
- 4. Hartlepool Borough Council (Participating Organisation)
- 5. The Council of the Borough of North Tyneside (Participating Organisation)
- 6. The Council of the Borough of South Tyneside (Participating Organisation)
- 7. The Borough Council of Gateshead
Section one: Contracting authority
one.1) Name and addresses
Newcastle City Council
Cherry Wood
NEWCASTLE-UPON-TYNE
NE64NW
Contact
Beverley Rigg
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
one.1) Name and addresses
Stockton-on-Tees Borough Council (Participating Organisation)
Municipal Buildings, Church Road
Stockton-on-Tees
TS18 1LD
Contact
Mike Wray
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
one.1) Name and addresses
The County Council of Durham (Participating Organisation)
County Hall
Durham
DH1 5UL
Contact
Dawn Wilson
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
Buyer's address
one.1) Name and addresses
Hartlepool Borough Council (Participating Organisation)
Victoria Road
Hartlepool
TS24 8AY
Contact
Kelly Armstrong
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
Buyer's address
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
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
Buyer's address
one.1) Name and addresses
The Council of the Borough of South Tyneside (Participating Organisation)
Westoe Road
South Shields
NE33 2RL
Contact
Rebecca Eadie
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
Buyer's address
one.1) Name and addresses
The Borough Council of Gateshead
Civic Centre, Regent Street
Gateshead
NE8 1HH
Contact
Lucy Peart
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
Buyer's address
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