Skip to main content

We've saved some files called cookies on your device. These cookies are:

  • essential for the site to work
  • to help improve our website by collecting and reporting information on how you use it

We would also like to save some cookies to help tailor communications.

BETA
You're viewing an updated version of this service - your feedback will help us to improve it.

Contract Notice

DPS for Alternative Provision (SEND) and (Inclusion) in Hillingdon

  • First published: 07 January 2024
  • Last modified: 07 January 2024

The buyer is not using this website to administer the notice.

To record your interest or obtain additional information or documents please find instructions within the Full Notice Text. (NOTE: Contract Award Notices and Prior Information Notices do not normally require a response)

Contents

Summary

OCID:
ocds-h6vhtk-042b02
Published by:
London Borough of Hillingdon
Authority ID:
AA0121
Publication date:
07 January 2024
Deadline date:
19 February 2024
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

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 reopen to new tenderers from the 1st of April 2024 and 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 CapitalESourcing.com. 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. Once the DPS is re-opened and after 1st April 2024, 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.

Full notice text

Contract notice

Section I: Contracting authority

I.1) Name and addresses

London Borough of Hillingdon

Civic Centre, High Street

Uxbridge

UB8 1UW

UK

E-mail: rverma@hillingdon.gov.uk

NUTS: UK

Internet address(es)

Main address: www.hillingdon.gov.uk

I.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge at:

www.capitalesourcing.com


Additional information can be obtained from the abovementioned address


Tenders or requests to participate must be sent electronically to:

www.capitalesourcing.com


Tenders or requests to participate must be sent to the abovementioned address


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

DPS for Alternative Provision (SEND) and (Inclusion) in Hillingdon

II.1.2) Main CPV code

80000000

 

II.1.3) Type of contract

Services

II.1.4) Short description

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 reopen to new tenderers from the 1st of April 2024 and 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 CapitalESourcing.com. 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. Once the DPS is re-opened and after 1st April 2024, 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.

II.1.5) Estimated total value

Value excluding VAT: 18 900 000.00  GBP

II.1.6) Information about lots

This contract is divided into lots: No

II.2) Description

II.2.3) Place of performance

NUTS code:

UK

II.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 reopen to new tenderers from the 1st of April 2024 and 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 CapitalESourcing.com. 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. Once the DPS is re-opened and after 1st April 2024, 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.

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.2.6) Estimated value

Value excluding VAT: 18 900 000.00  GBP

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 84

This contract is subject to renewal: No

II.2.9) Information about the limits on the number of candidates to be invited

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

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.1.8) Information about Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

IV.2) Administrative information

IV.2.2) Time limit for receipt of tenders or requests to participate

Date: 19/02/2024

Local time: 12:00

IV.2.4) Languages in which tenders or requests to participate may be submitted

EN

IV.2.7) Conditions for opening of tenders

Date: 19/02/2024

Local time: 12:00

Section VI: Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: No

VI.4) Procedures for review

VI.4.1) Review body

High Court of England and Wales

Royal Court of Justice, Strand

London

WC1A 2LL

UK

VI.4.2) Body responsible for mediation procedures

London Borough of Hillingdon

Civic Centre, High Street

Uxbridge

UB8 1UW

UK

VI.5) Date of dispatch of this notice

05/01/2024

Coding

Commodity categories

ID Title Parent category
80000000 Education and training services Education

Delivery locations

ID Description
100 UK - All

Alert region restrictions

The buyer has restricted the alert for this notice to suppliers based in the following regions.

ID Description
There are no alert restrictions for this notice.

About the buyer

Main contact:
rverma@hillingdon.gov.uk
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
No further information has been uploaded.

0800 222 9004

Lines are open 8:30am to 5pm Monday to Friday.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.