Contract

Specialist Education Framework Phase 1 – Independent Non-Maintained Special Schools Round 3

  • Nottinghamshire County Council

F03: Contract award notice

Notice identifier: 2025/S 000-055396

Procurement identifier (OCID): ocds-h6vhtk-0468ed (view related notices)

Published 10 September 2025, 1:33pm



Section one: Contracting authority

one.1) Name and addresses

Nottinghamshire County Council

County Hall, Loughborough Road Westbridgford

Nottinghamshire

NG2 7QP

Contact

Mrs Katie Greenhalgh

Email

katie.greenhalgh@nottscc.gov.uk

Telephone

+44 1159774761

Country

United Kingdom

Region code

UKF15 - North Nottinghamshire

Internet address(es)

Main address

http://www.nottinghamshire.gov.uk

Buyer's address

http://www.nottinghamshire.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

Specialist Education Framework Phase 1 – Independent Non-Maintained Special Schools Round 3

Reference number

DN756213

two.1.2) Main CPV code

  • 80340000 - Special education services

two.1.3) Type of contract

Services

two.1.4) Short description

Nottinghamshire County Council (the Council) is seeking to add further Independent non-maintained Special Schools (INMSS) to a new Framework Agreement under which the Council are looking to commission INMSS and Post-16 (where the provision is delivered in house by the school) provision of specialist school placements for pupils who are not attending mainstream or maintained special schools and who have an Education Health Care (EHC) Plan. This will replace the current Independent / non-maintained special schools Approved Provider List for Nottinghamshire (NAPL).

All Providers currently delivering or intending to deliver services detailed within the updated Specification (Part 4 – Specification) must apply to be on the new Framework Agreement as the current provider list (NAPL) will come to an end on the 31st of December 2024.

This initial phase of the framework will have two lots under which the Council can make specialist school placements (See paragraph 5 below for further details). In Lot 1 commissioners will put in place block contracts with providers and Lot 2 will see the establishment of an approved INMSS provider list

This process is the reopening of the framework for new providers to bid to join the new INMSS framework and is the third tender round. This tender round is only open to bid to join the INMSS Approved Provider List which is Lot 2 of the Framework Agreement. The Council are not re-opening Lot 1 Block Contract in this tender round. Any providers who were unsuccessful in the previous tender rounds (1 and 2) for Lot 2 can reapply in this tender round (3).

ANY PROVIDERS WHO HAVE ALREADY SUCCESSFULLY APPLIED IN PREVIOUS TENDER ROUNDS AND HAVE BEEN AWARDED A PLACE ON THE FRAMEWORK DO NOT NEED TO APPLY AGAIN IN THIS TENDER ROUND.

To register your interest in this tender and to view the tender documents, the tender is

published on https://www.eastmidstenders.org/

Reference DN756213

The closing date for all tenders is the 28th of January 2025 at 5.00pm.

Please note that a standstill period of 10 days will commence from the notification of the

contract award.

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: £250,000,000

two.2) Description

two.2.1) Title

Lot 2 Approved INMSS Provider List

Lot No

2

two.2.2) Additional CPV code(s)

  • 80000000 - Education and training services

two.2.3) Place of performance

NUTS codes
  • UKF15 - North Nottinghamshire
  • UKF16 - South Nottinghamshire

two.2.4) Description of the procurement

Nottinghamshire County Council (NCC) 'the Council' ran an open tender process in accordance with the light touch regime of the Public Procurement regulations 2015 to establish a new framework for Specialist Education.

This lot will see the addition of further approved INMSS to the INMSS provider list for placements. This provider list became effective from the 1st of January 2025 from which placements can be commissioned.

Bidders that are successful in demonstrating that they are able to meet the Council’ standards, as set out in the service specification, will be added to the Approved INMSS Provider List and will be subsequently invited to offer places that match the needs of the children and young people.

The term of the framework agreement will be for a period of 5 years and will commence from 01 January 2025 to the 31 December 2029. There is potential to extend this Framework Agreement for up to a further 6 years in increments of 24 months.

The tender was published on https://www.eastmidstenders.org/: Reference DN756213

two.2.5) Award criteria

Quality criterion - Name: Service Delivery / Weighting: 30

Quality criterion - Name: Resilient Workforce / Weighting: 10

Quality criterion - Name: Service Improvement / Weighting: 10

Quality criterion - Name: Physical and Sensory Environment / Weighting: 10

Quality criterion - Name: Preparing for Adulthood and Transitions / Weighting: 10

Quality criterion - Name: Social Value / Weighting: 10

Price - Weighting: 0

two.2.11) Information about options

Options: Yes

Description of options

There are three optional extensions to the framework agreement each of 24 months, a total of 6 years

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

There are three optional extensions to the framework agreement each of 24 months, a total of 6 years.

The procurement involves the establishment of a framework agreement

In the case of framework agreements, provide justification for any duration exceeding 4 years:

The initial term of the framework agreement is for five years and will end on the 31st December 2029. There is potential to extend this Framework Agreement for up to a further six years in increments of twenty four months. This process is a competitive procurement conducted in accordance with the Light Touch Regime Regulations 74 to 77 of the Public Procurement Regulations 2015, the subject matter is Specialist Education for children and young people with special education needs who have an Education Health Care Plan and the extended duration of the Framework Agreement is justified due to the type of service being sourced and the nature of the market. This is to ensure continuity in the provision of specialist education school places for the children and young people and to minimise disruption to the children and young people


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: No

four.2) Administrative information

four.2.1) Previous publication concerning this procedure

Notice number: 2025/S 000-002657


Section five. Award of contract

Contract No

DN756213

Lot No

2

Title

Specialist Education Framework Phase 1 – Independent Non-Maintained Special Schools Round 3

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

30 June 2025

five.2.2) Information about tenders

Number of tenders received: 5

Number of tenders received from SMEs: 1

Number of tenders received from tenderers from other EU Member States: 0

Number of tenders received from tenderers from non-EU Member States: 0

Number of tenders received by electronic means: 5

The contract has been awarded to a group of economic operators: Yes

five.2.3) Name and address of the contractor

Autism East Midlands

Unit 31, Crags Industrial Estate, Morven Street

Creswell

S80 4AJ

Country

United Kingdom

NUTS code
  • UKE3 - South Yorkshire
The contractor is an SME

No

five.2.3) Name and address of the contractor

Esland North Limited

Milford

Belper

DE56 0RN

Country

United Kingdom

NUTS code
  • UKF13 - South and West Derbyshire
The contractor is an SME

No

five.2.3) Name and address of the contractor

Witherslack Group Ltd

Lupton

Cumbria

LA6 2PR

Country

United Kingdom

NUTS code
  • UKD - North West (England)
The contractor is an SME

No

five.2.3) Name and address of the contractor

Woodside Group

Mountsorrel

Leicestershire

LE12 7AT

Country

United Kingdom

NUTS code
  • UKF - East Midlands (England)
The contractor is an SME

Yes

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

Initial estimated total value of the contract/lot: £250,000,000

Total value of the contract/lot: £250,000,000


Section six. Complementary information

six.4) Procedures for review

six.4.1) Review body

The Royal Courts of Justice

The Strand

London

Country

United Kingdom