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