Social and other specific services – public contracts
Contract notice
Section I: Contracting
authority
I.1) Name and addresses
Warwickshire County Council
Shire Hall,Market Square
WARWICK
CV344RL
UK
Contact person: Heather Boyd
Telephone: +44 1926412430
E-mail: heatherboyd@warwickshire.gov.uk
NUTS: UKG13
Internet address(es)
Main address: https://www.warwickshire.gov.uk
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge at:
https://www.csw-jets.co.uk
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be sent electronically to:
https://www.csw-jets.co.uk
I.4) Type of the contracting authority
Regional or local authority
I.5) Main activity
General public services
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
Refresh of the framework for the provision of Specialist and Alternative Education Day Placements
Reference number: 20182
II.1.2) Main CPV code
80000000
II.1.3) Type of contract
Services
II.1.4) Short description
Warwickshire County Council wishes to refresh their multi provider framework for the provision of Specialist and Alternative Education Day Placements.
The tender is divided into Lots as follows:
Lot 1 - Specialist education for learners aged 4 to 25
Lot 2 - Alternative education for learners aged 4 to16
Lot 1 - Specialist Education (primary, secondary and post-16)
Substantive education day placements to meet the needs of children and young people with Special Educational Needs and/or Disabilities (SEND) aged 4-25 years, and to support them
to achieve positive outcomes in accordance with their Education, Health & Care Plan (EHCP).
Lot 2 - Alternative Education (age 4-16)
Temporary education placements to support the reintegration into mainstream settings of pupils who are at risk of exclusion or have been permanently excluded from school or who are missing education for any other reason; and to ensure their education needs are met during this period
II.1.5) Estimated total value
Value excluding VAT:
32 000 000.00
GBP
II.1.6) Information about lots
This contract is divided into lots:
Yes
Tenders may be submitted for all lots
II.2) Description
Lot No: 1
II.2.1) Title
Specialist education for learners aged 4 to 25
II.2.2) Additional CPV code(s)
80340000
II.2.3) Place of performance
NUTS code:
UKG13
Main site or place of performance:
Within the county boundaries of Warwickshire
II.2.4) Description of the procurement
This is an open procedure to commission a multi provider framework for the provision of Specialist Education Day Placements. During the course of the contract period the range and scope of these services may be subject to modification and variation to meet the changing needs and requirements of the
Council, potential changes in legislation and the changing demands placed on the Council by its customers.
After this tendering process has been completed and the contracts have been awarded the Council will be running further competitions from time to time for the same service. This is to
allow new providers to apply to join the framework and to allow those who are unsuccessful to re-apply. This process will include the same documentation as this tender (with the exception of dates etc). These competitions will be live for the period of 3 to 6 months. However, if the Council receives a high level interest for the service the Council reserves the right to close the competition at an earlier date.
II.2.6) Estimated value
Value excluding VAT:
22 500 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start:
01/01/2025
End:
31/08/2026
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
No
II.2.14) Additional information
The contract term is for the remaining period of the framework
Lot No: 2
II.2.1) Title
Alternative education for learners aged 4 to16
II.2.2) Additional CPV code(s)
80100000
80210000
II.2.3) Place of performance
NUTS code:
UKG13
Main site or place of performance:
Within the county boundaries of Warwickshire
II.2.4) Description of the procurement
This is an open process to commission a multi provider framework for the provision of Alternative Education Day Placements.
During the course of the contract period the range and scope of these services may be subject to modification and variation to meet the changing needs and requirements of the Council, potential changes in legislation and the changing demands placed on the Council by its customers.
After this tendering process has been completed and the contracts have been awarded the Council will be running further competitions from time to time for the same service. This is to
allow new providers to apply to join the framework and to allow those who are unsuccessful first time around to re-apply.
This process will include the same documentation as this tender (with the exception of dates etc). These competitions will be live for the period of 3 to 6 months. However, if the Council
receives a high level interest for the service the Council reserves the right to close the competition at an earlier date.
II.2.6) Estimated value
Value excluding VAT:
9 500 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start:
01/01/2025
End:
31/08/2026
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
No
II.2.14) Additional information
The contract term is for the remaining period of the framework
Section III: Legal, economic, financial and technical information
III.1) Conditions for participation
III.1.4) Objective rules and criteria for participation
As detailed in the tender documentation.
The Council will undertake its financial assessment of the tendering organisation (and if considered necessary by the Council, any partners within a consortium bid) based on
its own evaluation of the tenderers' most recent 2 years accounts (or if 2 years accounts are not available, equivalent evidence which confirms financial viability). The accounts are not
available, equivalent evidence which confirms financial viability). The assessment of accounts will be supported by an independent credit reference report from Credit safe where this is available. The Council may also impose a bond or performance guarantee on the successful tenderer. Minimum level(s) of standards possibly required:
Evidence as stated in the tender documentation.
III.2) Conditions related to the contract
III.2.2) Contract performance conditions
As stated in the procurement documents
Section IV: Procedure
IV.1) Description
IV.1.1) Type of procedure
Open procedure
IV.1.10) Identification of the national rules applicable to the procedure:
Information about national procedures is available at: (URL)
https://www.legislation.gov.uk/uksi/2015/102/contents/made
IV.2) Administrative information
IV.2.2) Time limit for receipt of tenders or requests to participate
Date:
08/10/2024
Local time: 12:00
IV.2.4) Languages in which tenders or requests to participate may be submitted
EN
Section VI: Complementary information
VI.2) Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
VI.3) Additional information
Warwickshire County Council will be using its e-tendering system (CSW-JETS) for the administration of this procurement process. Providers must register with the system to be able to express an interest and download documents. The web address for CSW-JETS is: www.csw-jets.co.uk Registration and use of CSW-JETS is free.
All correspondence or clarifications relating to this procurement must be via the CSW-JETS correspondence function. If you are having trouble registering with CSW-JETS please email us at:
procurement@warwickshire.gov.uk Providers must register on CSW-JETS and express an interest in this project in order to download tender documents and be able to correspond
with us about this procurement
VI.4) Procedures for review
VI.4.1) Review body
High Court for England and Wales
London
UK
VI.5) Date of dispatch of this notice
21/08/2024