Social and other specific services – public contracts
Contract notice
Section I: Contracting
authority
I.1) Name and addresses
Staffordshire County Council
Tipping Street
STAFFORD
ST16 2DH
UK
Contact person: Helen Fry
E-mail: commercial.team@staffordshire.gov.uk
NUTS: UKG24
Internet address(es)
Main address: https://www.staffordshire.gov.uk/Homepage.aspx
Address of the buyer profile: https://supplierlive.proactisp2p.com/Account/Login
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge at:
https://supplierlive.proactisp2p.com/Account/Login
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be sent electronically to:
https://supplierlive.proactisp2p.com/Account/Login
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
IA3213 Staffordshire Children and Young People's Flexible Framework
Reference number: IA3213
II.1.2) Main CPV code
80000000
II.1.3) Type of contract
Services
II.1.4) Short description
Staffordshire County Council is seeking to engage Suppliers who deliver support to Children and Young People in their Education Settings and in their communities, throughout the eight districts of Staffordshire: Cannock, East Staffordshire, Tamworth, Lichfield, South Staffordshire, Stafford, Newcastle-under-Lyme, and Staffordshire Moorlands.
Provision will be aligned to the Council's priority outcomes and commissioning priorities and the Framework will include 3 Lots;
Lot 1. Targeted Intervention Programmes
Lot 2. Skill Development
Lot 3. Specialist Support
This provision will predominantly support Children and Young People who are unable to engage positively with education, either individually or in groups. However, some provision will also be targeted to support the Education Settings, Parents/ Carers and Families in their support of Children and Young People.
The Framework will host a range of quality assured Services which will be available for the Council to Call-off as and when required. It is expected a high volume of the support required will be for Children and Young People who are known to their SEND & Inclusion Hubs, although it is recognised Children and Young People who are supported by other Council services, could benefit from the provision on the Framework. This support will be pre-determined by the Referrer/ Funder of the Service and will be made clear during the Call-off process by the Council.
For the avoidance of doubt this Procurement is for a Framework Agreement ('Framework') between the appointed Provider(s) and the Authority, to deliver Services, as and when required. The Authority makes no guarantee as to the volume of business on offer or that the Provider(s) will be required to deliver any Services at all. Provider(s) will only undertake Services if awarded a Call-off Contract in accordance with the process set out in the Framework.
This Procurement is also for a 'Flexible Framework Agreement' which will be commissioned under the Light Touch Regime (implemented through Regulations 74-77 of the Public Contract Regulations 2015). This Flexible Framework Agreement differs from those set up under the non-light touch regime in that the Council MAY exercise its flexibility to 'open' the Flexible Framework Agreement for Providers to submit applications to join, throughout the Term of the Framework at set points in time. Particularly if it needs to increase the capacity or respond to emerging needs. If the Council decides to open the Flexible Framework Agreement for applications, it will do so on the same Terms and Conditions and on the same criteria.
Interested Suppliers should register on the Council's e-tendering system https://supplierlive.proactisp2p.com/Account/Login and register interest in the tender on Proactis to access the tender documents.
II.1.5) Estimated total value
Value excluding VAT:
6 000 000.00
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
Targeted Intervention Programmes
II.2.2) Additional CPV code(s)
80000000
85000000
II.2.3) Place of performance
NUTS code:
UKG24
II.2.4) Description of the procurement
Targeted Intervention Programmes will be bespoke Support Packages for Children, Young People and their Families.
Programmes could be delivered through workshops, 1:1 sessions/ programmes, training, therapeutic support, mentoring/ coaching or group work.
Support Packages will offer the Child, Young Person or Service Users strategies to support them to understand and adapt in their environment. A non-judgemental environment in which the individual is given the opportunity to reflect on their current situation, which opens the door to early intervention, will be adopted.
These programmes will be tailored based on the needs and aspirations of the Service User; this could include (but is not limited to):
• Building relationships, with friends, Family and peers.
• Emotional regulation/ resilience.
• Supporting transition.
• Improving self-esteem.
• Support around the Family, e.g coping with parental separation.
• Behaviour support, e.g anti-knife crime and gang affiliation.
• Trauma based programmes.
• Parenting support.
• Bereavement and loss support.
• Alternative support/ therapy, e.g art, play, music.
• Self-development and independence.
• Inclusion programmes.
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 48
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 Framework Agreement will commence on 1 September 2024 and, subject to earlier termination in accordance with its terms, will continue until midnight on 31 August 2028. At the Authority's entire discretion, the term may be extended on the same terms for such period(s) in accordance with the Framework Agreement.
Lot No: 2
II.2.1) Title
Skill Development
II.2.2) Additional CPV code(s)
80000000
85000000
II.2.3) Place of performance
NUTS code:
UKG24
II.2.4) Description of the procurement
When Children and Young People have access to Skill Development opportunities it can:
• Avoid further suspensions and exclusions at School.
• Support to maintain a full timetable at School.
• Support to transition to a full timetable at School.
• Support to move to an appropriate alternative setting.
• Support with the skills required for post-16 education.
Skill Development will be bespoke Support Packages for Children, Young People and their Families.
Skill Development can be both educational or vocational and can include (but is not limited to):
• College provision.
• Physical activity e.g - boxing, football, indoor climbing.
• Skill Development activities e.g. - cooking, baking, social skills, music, art.
• Employment skills e.g - volunteering and work-based opportunities.
• Training and education e.g nationally recognised qualifications.
• Primary and secondary education
• Tuition - face to face, or online.
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 48
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 Framework Agreement will commence on 1 September 2024 and, subject to earlier termination in accordance with its terms, will continue until midnight on 31 August 2028. At the Authority's entire discretion, the term may be extended on the same terms for such period(s) in accordance with the Framework Agreement.
Lot No: 3
II.2.1) Title
Specialist Support
II.2.2) Additional CPV code(s)
80000000
85000000
II.2.3) Place of performance
NUTS code:
UKG24
II.2.4) Description of the procurement
Specialist Support can vary depending on the expertise required, but will provide Children, Young People, Education Settings and Service Users with assessment, knowledge and new skills.
Tailored Support Packages will be required for individual Children and Young People, groups of Children and Young People and Families, and Education Settings.
Specialist Support can include (but is not limited to):
• Speech and language therapy/ training
• Occupational health therapy
• Mental health services/ training
• Mental health first aid
• Training for Special Educational Needs Coordinators (SENCO's), teachers or whole school in SEND e.g in SEMH or ASD/C.
• Outreach/ classroom support - advising and supporting teachers e.g adapting the curriculum content and delivery, class based learning interventions and meeting diverse learning needs.
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 48
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 Framework Agreement will commence on 1 September 2024 and, subject to earlier termination in accordance with its terms, will continue until midnight on 31 August 2028. At the Authority's entire discretion, the term may be extended on the same terms for such period(s) in accordance with the Framework Agreement.
Section III: Legal, economic, financial and technical information
III.1) Conditions for participation
III.1.4) Objective rules and criteria for participation
Criteria as stated in the tender documents.
III.2) Conditions related to the contract
III.2.2) Contract performance conditions
Criteria as stated in the tender documents.
Section IV: Procedure
IV.1) Description
IV.1.1) Type of procedure
Open procedure
IV.1.3) Information about a framework agreement
The procurement involves the establishment of a framework agreement
IV.1.11) Main features of the award procedure:
Price - 50%
Quality - 50%
Quality sub-criteria:
Generic questions include;
Managing Relationships 8%
Quality 7%
Safeguarding 5%
Social Value 5%
Lot Specific questions - Effective Service Delivery 25%
IV.2) Administrative information
IV.2.1) Previous publication concerning this procedure
Notice number in the OJ S:
2023/S 000-033765
IV.2.2) Time limit for receipt of tenders or requests to participate
Date:
11/03/2024
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.4) Procedures for review
VI.4.1) Review body
Staffordshire County Council
Staffordshire Place 2, Tipping Street
Stafford
ST16 2DH
UK
E-mail: commercial.team@staffordshire.gov.uk
VI.4.2) Body responsible for mediation procedures
Staffordshire County Council
Staffordshire Place 2, Tipping Street
Stafford
ST16 2DH
UK
E-mail: commercial.team@staffordshire.gov.uk
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures:
Th Contracting Authority will incorporate a minimum 10 calendar day standstill period at the point that an award decision notice is communicated to tenderers. The award decision process will specify the criteria for the award of the framework contract, the reason for the decision, including the characteristics and relative advantages, the name and score of the successful tender(s), and will specify when the standstill period is expected to end or the
date before which the Contracting Authority will not conclude the framework contract. If an appeal regarding the award of contract has not been successfully resolved, the Public Contracts Regulations 2015 provide for aggrieved parties who have been harmed or are at risk of a breach of the rules to take action in the High Court (England, Wales and Norther Ireland). Any such action must be brought promptly (generally within 3 months). The Court
may order the setting aside of the award decision or may order the Contracting Authority to amend any document and may award damages. If an agreement has been entered into the Court may make a declaration of ineffectiveness or may order that the duration of any relevant specific contract be shortened and additionally may award damages. The time limit for seeking such a declaration is generally 30 days from notification of the award (either by award decision notification or contract award notice depending upon the circumstances) or otherwise 6 months.
VI.5) Date of dispatch of this notice
09/02/2024