Contract

Dynamic Purchasing System - Alternative Provision Services

  • London Borough of Hillingdon

F03: Contract award notice

Notice identifier: 2025/S 000-041478

Procurement identifier (OCID): ocds-h6vhtk-042b02 (view related notices)

Published 21 July 2025, 8:57am



Section one: Contracting authority

one.1) Name and addresses

London Borough of Hillingdon

Civic Centre

Uxbridge

UB8 1UW

Email

rverma@hillingdon.gov.uk

Country

United Kingdom

Region code

UKI74 - Harrow and Hillingdon

Justification for not providing organisation identifier

Not on any register

Internet address(es)

Main address

https://www.hillingdon.gov.uk

one.4) Type of the contracting authority

Regional or local authority

one.5) Main activity

General public services


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Dynamic Purchasing System - Alternative Provision Services

two.1.2) Main CPV code

  • 80410000 - Various school services

two.1.3) Type of contract

Services

two.1.4) Short description

The London Borough of Hillingdon has admitted providers onto a Dynamic Purchasing System (DPS) and issued the standard DPS terms to participate in opportunities for awards via call-offs, block contracts and mini - competitions for the provision of education to learners who because of exclusion, illness or other reasons would not be able to received suitable education. The value of this notice is a 7-year value as contained in the notice published from the 1st April 2024.

two.1.6) Information about lots

This contract is divided into lots: No

two.1.7) Total value of the procurement (excluding VAT)

Lowest offer: £0.01 / Highest offer: £18,900,000 taken into consideration

two.2) Description

two.2.3) Place of performance

NUTS codes
  • UKI74 - Harrow and Hillingdon

two.2.4) Description of the procurement

The purpose of this procurement is to establish a DPS for the provision of Alternative Provision for Learners who, because of exclusion, illness, or other reasons, would not otherwise receive suitable education.

There will be 4 Lots:

Lot 1 Full Time Education Provision

Lot 2 Part Time Education Provision

Lot 3 Bespoke Provision

Lot 4 Support for post-16 Education and Preparation for Adulthood

Tenderers will be able to apply for one or multiple Lots in one submission.

Once admitted onto the DPS, Providers may wish, at a later date, to apply for a Lot in addition to Lot/s they are already on. These Providers will then be required to submit a new application. It is possible for providers to develop their services and to grow and adapt to meet Hillingdon's changing needs over the 7 year period.

The DPS will remain open for the duration of the contract term.

There are no values for each individual Lot, as this service is in development phase meaning there is no full historic data for forecasting, and we anticipate that providers will add additional Lots to their service over the contract term.

The total forecasted value of AP in Hillingdon per annum is £2.7m.

The term of the contract is for 7 years.

The intention of the DPS is to admit suitable Alternative Provision Providers for opportunities for the award of Individual Placement Agreement(s) and or Block Service Order(s). These will be awarded using a call-off procedure or mini competition by the Service Area (further details are within the Service Specification). There is no guarantee of business/business volumes and equally there is no limit as the volumes are demand-led.

The Council is seeking a diverse range of Alternative Provision Providers. There is no limit on the number of Providers who can be admitted, and additional Providers can join the DPS during the term of the DPS, subject to their applications meeting the Qualification requirements.

Joining the DPS

Alternative Provision Providers wishing to join the DPS are required to review and agree the tender documentation and complete the online ITT via the website Proactis Portal. All suppliers should register on the portal using this link https://supplierlive.proactisp2p.com/Account/Login?cid=HILLINGDON

A pass or fail (set out in this document) for the Evaluation criteria must be met/passed before the provider will be admitted to the DPS. The Council is then required to evaluate submissions within 15 working days to further examine documents or verify whether the selection criteria have been met.

Please refer to the Call -off Process in the Service Specification.

two.2.5) Award criteria

Quality criterion - Name: Pass/fail / Weighting: 100

Price - Weighting: Lowest price

two.2.11) Information about options

Options: No

two.2.14) Additional information

There are no extension options in this DPS


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Open procedure

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

The procurement is covered by the Government Procurement Agreement: Yes

four.2) Administrative information

four.2.1) Previous publication concerning this procedure

Notice number: 2024/S 000-000360


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

16 May 2025

five.2.2) Information about tenders

Number of tenders received: 4

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

five.2.3) Name and address of the contractor

Remedy Recruitment Group

Loughton

Country

United Kingdom

NUTS code
  • UK - United Kingdom
Companies House

04651426

The contractor is an SME

Yes

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

Lowest offer: £0.01 / Highest offer: £18,900,000 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

27 May 2025

five.2.2) Information about tenders

Number of tenders received: 4

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

five.2.3) Name and address of the contractor

Prospero Group Holdings Limited

London

Country

United Kingdom

NUTS code
  • UKI74 - Harrow and Hillingdon
Companies House

14711542

The contractor is an SME

Yes

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

Lowest offer: £0.01 / Highest offer: £18,900,000 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

16 May 2025

five.2.2) Information about tenders

Number of tenders received: 4

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

five.2.3) Name and address of the contractor

Star Player Limited

Southall

Country

United Kingdom

NUTS code
  • UKI74 - Harrow and Hillingdon
Companies House

13234138

The contractor is an SME

Yes

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

Lowest offer: £0.01 / Highest offer: £18,900,000 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

14 May 2025

five.2.2) Information about tenders

Number of tenders received: 4

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

five.2.3) Name and address of the contractor

Quick Thinkers Ltd

Amersham

Country

United Kingdom

NUTS code
  • UKI74 - Harrow and Hillingdon
Companies House

13483694

The contractor is an SME

Yes

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

Lowest offer: £0.01 / Highest offer: £18,900,000 taken into consideration


Section six. Complementary information

six.4) Procedures for review

six.4.1) Review body

High Court of England & Wales

London

Country

United Kingdom