Social and other specific services – public contracts
Prior information notice - This notice is a call for competition
Section I: Contracting
authority
I.1) Name and addresses
Torbay Council
Town Hall, Castle Circus
Torquay
TQ1 3DR
UK
Contact person: Mrs Chloe Farquhar
Telephone: +44 1803208350
E-mail: chloe.farquhar@torbay.gov.uk
NUTS: UKK42
Internet address(es)
Main address: http://www.torbay.gov.uk/
Address of the buyer profile: http://www.torbay.gov.uk/
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge at:
https://procontract.due-north.com/Advert/Index?advertId=8823eca6-d4df-ef11-8133-005056b64545
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be sent electronically to:
https://procontract.due-north.com/Advert/Index?advertId=8823eca6-d4df-ef11-8133-005056b64545
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
Education other than at School (EOTAS) Programme
Reference number: DN761552
II.1.2) Main CPV code
80000000
II.1.3) Type of contract
Services
II.1.4) Short description
Whilst the majority of children and young people will access their education within a registered school, for some with special educational needs and disabilities (SEND) this is not appropriate.
When the local authority is in agreement that education within a school is not appropriate to be able to support the needs of the child or young person, an arrangement can be agreed for them to access their education elsewhere by a different service.
Historically, Torbay Council has taken an ad-hoc approach to this where the provision is spot-purchased on a case-by-case basis. Due to this ad-hoc arrangement and the increasing need for children and young people to receive their education via (Education other than at Schools) EOTAS, it has caused a fragmented system where there is no package offer available for families to understand what EOTAS could look like for their child and inconsistencies have been experienced.
Therefore, the purpose of this procurement exercise is to establish a holistic EOTAS Programme where a child or young person accessing the provision has a consistent journey with defined outcomes, families can, at a glance, understand what the EOTAS provision will look like for their child and will increase the overall sustainability of EOTAS delivery within Torbay.
The EOTAS Programme will compromise of 4 Lots:
Lot 1 Core Curriculum Education
Lot 2 Community Inclusion and Preparing for Adulthood
Lot 3a Aspiration Framework; and
Lot 3b Therapeutic Framework
II.1.6) Information about lots
This contract is divided into lots:
Yes
Tenders may be submitted for all lots
Maximum number of lots that may be awarded to one tenderer: 1
II.2) Description
Lot No: 3a
II.2.1) Title
Lot 3a Aspiration Framework
II.2.2) Additional CPV code(s)
80000000
85000000
85323000
II.2.3) Place of performance
NUTS code:
UKK42
II.2.4) Description of the procurement
Lot 3a will be a framework of providers capable of providing broad and varied areas of interest to support the child’s learning and development. It is expected that a child receiving support through Lot 1 and Lot 2 will access at least one provider on Lot 3a.
Further information can be found in Part 2 Specification, Section A3 and B.
There will be a maximum of ten (10) suppliers who will be awarded a place on the framework.
II.2.6) Estimated value
Value excluding VAT:
616 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 60
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
No
Lot No: 3b
II.2.1) Title
Lot 3b Therapeutic Framework
II.2.2) Additional CPV code(s)
80000000
85000000
85323000
II.2.3) Place of performance
NUTS code:
UKK42
II.2.4) Description of the procurement
Lot 3b will be a framework of providers capable of providing therapeutic support for pupils who are experiencing challenges in accessing an education programme. It is expected that this framework will be accessed where a child eligible of receiving an EOTAS package requires therapeutic work to support them in their readiness to access Lot 1 and Lot 2 or where they need additional emotional wellbeing support throughout the duration of the programme.
Further information can be found in Part 2 Specification, Section A4 and B.
There will be a maximum of five (5) suppliers who will be awarded a place on the framework.
II.2.6) Estimated value
Value excluding VAT:
308 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 60
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
No
Lot No: 1
II.2.1) Title
Lot 1 Core Curriculum Education
II.2.2) Additional CPV code(s)
80000000
80100000
80200000
80212000
II.2.3) Place of performance
NUTS code:
UKK42
II.2.4) Description of the procurement
This Lot will include core curriculum education to form part of the child’s entire package with the focus on English, Maths, Science with ICT skills being incorporated. Further information can be found in Part 2 Specification, Section A1 and B.
There will be a maximum of one (1) supplier who will be awarded a contract under this Lot.
II.2.6) Estimated value
Value excluding VAT:
1 375 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 60
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
No
Lot No: 2
II.2.1) Title
Lot 2 Community Inclusion and Preparing for Adulthood
II.2.2) Additional CPV code(s)
80000000
80100000
80200000
80212000
II.2.3) Place of performance
NUTS code:
UKK42
II.2.4) Description of the procurement
This Lot will include working with children on their barriers to education, emotional regulation, social, life and independence skills. Further information can be found in Part 2 Specification, Section A2 and B.
There will be a maximum of one (1) supplier who will be awarded a contract under this Lot.
II.2.6) Estimated value
Value excluding VAT:
462 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 60
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
No
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
Justification for any framework agreement duration exceeding 4 years: This is a procurement under Light Touch Regime, the duration of the two Framework Agreements need to coincide with the duration of Lot 1 and Lot 2 and be in-line with the school year. To ensure stability for children and young people eligible to access an Education other than at School programme, the Authority determined that allowing the framework agreement to go over the 4 year period by an additional year will assist with their education packing being consistent.
IV.2) Administrative information
IV.2.2) Time limit for receipt of expressions of interest
Date:
03/03/2025
Local time: 12:00
IV.2.4) Languages in which tenders or requests to participate may be submitted
EN
Section VI: Complementary information
VI.3) Additional information
In order to provide unrestricted, full, direct and free of charge access to the tender documents, the Authority is providing the documents in PDF format in the Opportunities Area of the ProContract e-Tendering Portal at: https://www.supplyingthesouthwest.org.uk/
In order to access amendable versions of the documents and submit a response, Applicants must be registered as Suppliers on ProContract. Applicants should then express an interest in the opportunity and download the Word and Excel format documents for completion and submission.
VI.4) Procedures for review
VI.4.1) Review body
Royal Courts of Justice
London
WC2A 2LL
UK
VI.5) Date of dispatch of this notice
31/01/2025