Tender

Provision of Services to the North Yorkshire Locality Boards

  • North Yorkshire County Council

F02: Contract notice

Notice identifier: 2022/S 000-021890

Procurement identifier (OCID): ocds-h6vhtk-035a4b

Published 9 August 2022, 3:12pm



Section one: Contracting authority

one.1) Name and addresses

North Yorkshire County Council

County Hall, Racecourse Lane,

Northallerton

DL7 8AD

Contact

Tim Wood

Email

procurement@northyorks.gov.uk

Telephone

+44 1609533450

Country

United Kingdom

NUTS code

UKE22 - North Yorkshire CC

National registration number

8867655

Internet address(es)

Main address

https://www.northyorks.gov.uk

Buyer's address

https://uk.eu-supply.com/ctm/Company/CompanyInformation/Index/104117

one.3) Communication

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

https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=47181&B=UK

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=47181&B=UK

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

Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at

https://yortender.eu-supply.com/login.asp?B=YORTENDER

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

Provision of Services to the North Yorkshire Locality Boards

two.1.2) Main CPV code

  • 80000000 - Education and training services

two.1.3) Type of contract

Services

two.1.4) Short description

North Yorkshire County Council aims to establish an approved provider list to facilitate commissioning by the Locality Boards to develop educational provision and practice within the area, through collaboration and agreement of shared priorities, which include both school improvement and services for children with SEND.

The Framework will also support wider work for school improvement in relation to schools causing concern and any other school improvement externally commissioned support services.

two.1.5) Estimated total value

Value excluding VAT: £4,090,696

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 80000000 - Education and training services
  • 80100000 - Primary education services
  • 80200000 - Secondary education services
  • 80500000 - Training services
  • 48000000 - Software package and information systems

two.2.3) Place of performance

NUTS codes
  • UKE22 - North Yorkshire CC

two.2.4) Description of the procurement

North Yorkshire County Council aims to establish an approved provider list to facilitate commissioning by the Locality Boards to develop educational provision and practice within the area, through collaboration and agreement of shared priorities, which include both school improvement and services for children with SEND.

The Framework will also support wider work for school improvement in relation to schools causing concern and any other school improvement externally commissioned support services.

two.2.5) Award criteria

Quality criterion - Name: Case Study / Weighting: 40

Quality criterion - Name: Partnerships / Weighting: 30

Quality criterion - Name: Resilience / Weighting: 30

Price - Weighting: 0

two.2.6) Estimated value

Value excluding VAT: £4,090,696

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

Duration in months

48

This contract is subject to renewal

No

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

two.2.14) Additional information

All documents published on Yortender.


Section three. Legal, economic, financial and technical information

three.1) Conditions for participation

three.1.2) Economic and financial standing

Selection criteria as stated in the procurement documents

three.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents

three.2) Conditions related to the contract

three.2.2) Contract performance conditions

Contract management would be agreed for each individual project, with a manager and schedule assigned depending on the theme and length of the project. Overall contract management responsibility will sit with the locality board, specifically the Locality Inclusion Manager and the Head of School Improvement. Contracts in relation to schools causing concern would be the responsibility of the Head of School Improvement and recorded on the school’s SPIP. Proposed KPIs would be discussed, refined and agreed by the board and supplier before the start of the contract


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Open procedure

four.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: No

four.2) Administrative information

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

Date

19 September 2026

Local time

12:00pm

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

English

four.2.6) Minimum time frame during which the tenderer must maintain the tender

Duration in months: 6 (from the date stated for receipt of tender)

four.2.7) Conditions for opening of tenders

Date

19 September 2026

Local time

12:00pm

Place

Procurement and Contract Management, North Yorkshire County Council, County Hall, Northallerton, DL7 8AD

Information about authorised persons and opening procedure

An independent member of the Procurement and Contract Management section will verify the tenders through our e-tendering system (YORtender). The APL is open throughout the APL.


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.2) Information about electronic workflows

Electronic ordering will be used

Electronic invoicing will be accepted

Electronic payment will be used

six.3) Additional information

To access the tender documents you must register your organisation details on the YORtender system at https://yortender.eu-supply.com/login.asp?B=YORTENDER.

If you have specific technical system issues, please utilise the following email address or phone number:

• Email: support@eu-supply.com

• Phone: 0800 840 2050 during office hours only (09:00 – 17:00)

The Authority will accept no responsibility for difficulties during the process of submission.

six.4) Procedures for review

six.4.1) Review body

High Court of England and Wales

The Strand

London

Country

United Kingdom

Internet address

https://courttribunalfinder.service.gov.uk/courts/royal-courts-of-justice

six.4.2) Body responsible for mediation procedures

N/A

N/A

Country

United Kingdom

six.4.3) Review procedure

Precise information on deadline(s) for review procedures

Precise information on deadline(s) for review procedures:

North Yorkshire County Council shall in accordance with the Public Contracts (Amendment) Regulations 2015, incorporate a minimum 10 day standstill period commencing at the point that information on the intention to award the contract is sent to tenderers.

The Council shall, as soon as possible after the decision has been made, inform the tenderers and candidates of its decision, and shall do so by notice in writing by the most rapid means of communication practicable.

Should additional information be required, please contact the person cited in paragraph I.1) of this form. If an appeal regarding the award of a contract has not been successfully resolved, Public Contracts Regulations2015 (SI 2015 No 6) provide for aggrieved parties who have been harmed or are at risk of harm by a breach of the rules to take action in the High Court (England and Wales).

Any such action must be started within 30 days beginning with the date when the aggrieved party first knew or ought to have known that grounds for starting the proceedings had arisen. Where a contract has not been entered into the Court may order the setting aside of the award decision or order the authority to amend any document and may award damages. Following the 10 day standstill period, if no further debriefing has been requested, the Court may only award damages once the contract has been entered into.

six.4.4) Service from which information about the review procedure may be obtained

The Royal Courts of Justice

The Strand

London

WC2A 2LL

Telephone

+44 2079476000

Country

United Kingdom

Internet address

https://courttribunalfinder.service.gov.uk/courts/royal-courts-of-justice