Section one: Contracting authority
one.1) Name and addresses
London Borough of Hillingdon
Civic Centre
Uxbridge
UB8 1UW
Country
United Kingdom
Region code
UKI74 - Harrow and Hillingdon
Justification for not providing organisation identifier
Not on any register
Internet address(es)
Main address
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