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

Children's External Placements Education & Tuition PDPS

  • First published: 26 March 2025
  • Last modified: 26 March 2025
  • This file may not be fully accessible.

  •  

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)

You are viewing an expired notice.

Contents

Summary

OCID:
ocds-h6vhtk-04e704
Published by:
Peterborough City Council
Authority ID:
AA0134
Publication date:
26 March 2025
Deadline date:
24 March 2025
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

The procurement is to set up a multi supplier "pseudo DPS" (referred to as "PDPS"). As the PDPS Agreement will be "pseudo PDPS", it will look and feel similar to a DPS agreement set up under Regulation 34 of the PCR. This means that the Authority envisages the PDPS will re-open at (12) twelve-month intervals (or at other intervals at the Authority's discretion) for new providers to apply or previously unsuccessful providers to re-apply. Reopening of the PDPS is solely at the discretion of the Authority.

The Procurement is being run using a procedure similar to the open procedure described in Regulation 27of the Public Contracts Regulations 2015 (as amended). However, the Authority reserves the right to deviate from the formalities of the open procedure given the flexibilities permitted by Regulation 76 of the Public Contracts Regulations 2015 (as amended) in the conduct of procurements for "Social and Other Specific Services", otherwise referred to as "Light Touch Regime" procurement

• Lot 1 Independent Fostering Agencies

• Lot 2 Residential Children's Homes

• Lot 3 Independent Special Education Provisions/Post 16 Placements

• Lot 4 Out of School Tuition

• Lot 5 Post 16 Alternative Provision

There is an additional Lot 6 which will comprise of mini competition stage for block contracts, Please note that only those bidders that are awarded onto Lots as detailed below will be invited to participate in mini competition

• Lot 6a - Only those successfully awarded onto Lot 1 Independent Fostering Agency will be invited to participate

• Lot 6b - Only those successfully awarded onto Lot 2 Residential Children's Homes will be invited to participate

• Lot 6c - Only those successfully awarded ont Lot 3 Independent Special Education Provision will be invited to participate

• Lot 6d - Only those successfully awarded onto Lot 4 Out of School Tuition and Alternative Provision will be invited to participate

• Lot 6e - Only those successfully awarded onto Lot 5 Post 16 Education will be invited to participate

Where it is appropriate to do so, Peterborough is committed to supporting children and young people to remain living and learning in their local area.

It should be noted that for Independent Special Educational Provisions offering 38+ week boarding or 52 week placements, Providers will need to meet the requirements within both the Lot 3 Specification (for ISEPS) and Lot 2 Specification (for Residential Children's Homes)

The definition of Partner Organisation for the purpose of this procurement will be any Educational Establishment within Peterborough as defined at: https://www.peterborough.gov.uk/residents/schools-and-education/all-schools-colleges, or

any Local Authority Council in England whether County, Unitary, District, Borough, Metropolitan, parish or community Council as defined at http://www.direct.gov.uk/en/Dl1/Directories/Localcouncils/index.htm

Full notice text

Social and other specific services – public contracts

Contract notice

Section I: Contracting authority

I.1) Name and addresses

Peterborough City Council

Sand Martin House, Bittern Way

Peterborough

PE2 8TY

UK

Contact person: Mrs Jan Thistleton

Telephone: +44 1733864553

E-mail: Jan.Thistleton@peterborough.gov.uk

NUTS: UK

Internet address(es)

Main address: https://www.peterborough.gov.uk/business/supplying-the-council/supply-opportunities

Address of the buyer profile: https://www.peterborough.gov.uk/business/supplying-the-council/supply-opportunities

I.3) Communication

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=d0d8d3cb-46ed-ef11-8134-005056b64545


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

Children's External Placements Education & Tuition PDPS

Reference number: DN740736

II.1.2) Main CPV code

85000000

 

II.1.3) Type of contract

Services

II.1.4) Short description

The procurement is to set up a multi supplier "pseudo DPS" (referred to as "PDPS"). As the PDPS Agreement will be "pseudo PDPS", it will look and feel similar to a DPS agreement set up under Regulation 34 of the PCR. This means that the Authority envisages the PDPS will re-open at (12) twelve-month intervals (or at other intervals at the Authority's discretion) for new providers to apply or previously unsuccessful providers to re-apply. Reopening of the PDPS is solely at the discretion of the Authority.

The Procurement is being run using a procedure similar to the open procedure described in Regulation 27of the Public Contracts Regulations 2015 (as amended). However, the Authority reserves the right to deviate from the formalities of the open procedure given the flexibilities permitted by Regulation 76 of the Public Contracts Regulations 2015 (as amended) in the conduct of procurements for "Social and Other Specific Services", otherwise referred to as "Light Touch Regime" procurement

• Lot 1 Independent Fostering Agencies

• Lot 2 Residential Children's Homes

• Lot 3 Independent Special Education Provisions/Post 16 Placements

• Lot 4 Out of School Tuition

• Lot 5 Post 16 Alternative Provision

There is an additional Lot 6 which will comprise of mini competition stage for block contracts, Please note that only those bidders that are awarded onto Lots as detailed below will be invited to participate in mini competition

• Lot 6a - Only those successfully awarded onto Lot 1 Independent Fostering Agency will be invited to participate

• Lot 6b - Only those successfully awarded onto Lot 2 Residential Children's Homes will be invited to participate

• Lot 6c - Only those successfully awarded ont Lot 3 Independent Special Education Provision will be invited to participate

• Lot 6d - Only those successfully awarded onto Lot 4 Out of School Tuition and Alternative Provision will be invited to participate

• Lot 6e - Only those successfully awarded onto Lot 5 Post 16 Education will be invited to participate

Where it is appropriate to do so, Peterborough is committed to supporting children and young people to remain living and learning in their local area.

It should be noted that for Independent Special Educational Provisions offering 38+ week boarding or 52 week placements, Providers will need to meet the requirements within both the Lot 3 Specification (for ISEPS) and Lot 2 Specification (for Residential Children's Homes)

The definition of Partner Organisation for the purpose of this procurement will be any Educational Establishment within Peterborough as defined at: https://www.peterborough.gov.uk/residents/schools-and-education/all-schools-colleges, or

any Local Authority Council in England whether County, Unitary, District, Borough, Metropolitan, parish or community Council as defined at http://www.direct.gov.uk/en/Dl1/Directories/Localcouncils/index.htm

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: 5

II.2) Description

Lot No: 1

II.2.1) Title

Independent Fostering Agency

II.2.2) Additional CPV code(s)

85000000

85300000

II.2.3) Place of performance

NUTS code:

UK


Main site or place of performance:

Cambridgeshire

II.2.4) Description of the procurement

Lot 1 will encompass placements for children and young people in care with foster carers registered to Independent Fostering Agencies (IFAs), in accordance with the Fostering Services (England) Regulations 2011.

II.2.6) Estimated value

Value excluding VAT: 93 632 012.00  GBP

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

Start: 01/09/2025

End: 31/08/2029

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

Suppliers must be awarded onto this Lot in order to be eligible for Lot 6a Competitive Tender should it be required. Lot 6 has no value attached and any award made under Lot 6a will be included in aggregated spend for this Lot.

Lot No: 2

II.2.1) Title

Residential Childrens Homes

II.2.2) Additional CPV code(s)

85310000

II.2.3) Place of performance

NUTS code:

UK


Main site or place of performance:

Cambridgeshire

II.2.4) Description of the procurement

Lot 2 is for placements for Children and young people in care in registered, Residential Children’s Homes in accordance with the Children’s Home (England) Regulations 2015.

II.2.6) Estimated value

Value excluding VAT: 277 003 148.00  GBP

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

Start: 01/09/2025

End: 31/08/2029

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

Suppliers must be awarded onto this Lot in order to be eligible for Lot 6b Competitive Tender should it be required. Lot 6 has no value attached and any award made under Lot 6b will be included in aggregated spend for this Lot.

Lot No: 3

II.2.1) Title

Independent Special Education Provision

II.2.2) Additional CPV code(s)

85000000

II.2.3) Place of performance

NUTS code:

UK


Main site or place of performance:

Cambridgeshire

II.2.4) Description of the procurement

Lot 3 is for both registered Independent Specialist Education Placements (ISEPS) and Post 16 Placements; for children & young people with Education, Health & Care Plans (EHCPs).

II.2.6) Estimated value

Value excluding VAT: 216 328 150.00  GBP

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

Start: 01/09/2025

End: 31/08/2029

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

Suppliers must be awarded onto this Lot in order to be eligible for Lot 6c Competitive Tender should it be required. Lot 6 has no value attached and any award made under Lot 6c will be included in aggregated spend for this Lot.

Lot No: 4

II.2.1) Title

Out of School Tuition and Alternative Provision

II.2.2) Additional CPV code(s)

85300000

II.2.3) Place of performance

NUTS code:

UK


Main site or place of performance:

Cambridgehire

II.2.4) Description of the procurement

Lot 4 relates to both Out of School Tuition and Alternative Provision for children & young people with special educational needs & disabilities

II.2.6) Estimated value

Value excluding VAT: 131 590 228.00  GBP

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

Start: 01/09/2025

End: 31/08/2029

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

Suppliers must be awarded onto this Lot in order to be eligible for Lot 6d Competitive Tender should it be required. Lot 6 has no value attached and any award made under Lot 6d will be included in aggregated spend for this Lot.

Lot No: 5

II.2.1) Title

Post 16 Education

II.2.2) Additional CPV code(s)

85100000

85300000

II.2.3) Place of performance

NUTS code:

UK


Main site or place of performance:

Cambridgeshire

II.2.4) Description of the procurement

Lot 5 relates to Post 16 Alternative Provision for young people & young adults with special educational needs & disabilities.

II.2.6) Estimated value

Value excluding VAT: 19 608 773.00  GBP

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

Start: 01/09/2025

End: 31/08/2029

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

Suppliers must be awarded onto this Lot in order to be eligible for Lot 6eCompetitive Tender should it be required. Lot 6 has no value attached and any award made under Lot 6e will be included in aggregated spend for this Lot.

Lot No: 6

II.2.1) Title

Block Contracts (Mini Competition)

II.2.2) Additional CPV code(s)

85300000

II.2.3) Place of performance

NUTS code:

UK


Main site or place of performance:

Cambridgeshire

II.2.4) Description of the procurement

Mini competition stage, Please note that only those bidders that are awarded onto Lots as detailed below will be invited to participate

• Lot 6a – Only those successfully awarded onto Lot 1 Independent Fostering Agency will be invited to participate

• Lot 6b – Only those successfully awarded onto Lot 2 Residential Children’s Homes will be invited to participate

• Lot 6c – Only those successfully awarded ont Lot 3 Independent Special Education Provision will be invited to participate

• Lot 6d – Only those successfully awarded onto Lot 4 Out of School Tuition and Alternative Provision will be invited to participate

• Lot 6e – Only those successfully awarded onto Lot 5 Post 16 Education will be invited to participate

II.2.6) Estimated value

Value excluding VAT: 1.00  GBP

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

Start: 01/09/2025

End: 31/08/2029

II.2.14) Additional information

This lot has no value as any contracts awarded value is included in the appropriate lot value.

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 procedure similar to the open procedure described in Regulation 27of the Public Contracts Regulations 2015 (as amended). However, the Authority reserves the right to deviate from the formalities of the open procedure given the flexibilities permitted by Regulation 76 of the Public Contracts Regulations 2015 (as amended) in the conduct of procurements for "Social and Other Specific Services”, otherwise referred to as “Light Touch Regime” procurement. The total contract inclusive of extensions is 8 years.

IV.1.11) Main features of the award procedure:

The PDPS will follow a two-stage process:

All Lots - Stage 1: The first stage is concerned with setting up the PDPS. Under this stage Bidders are invited to apply for inclusion on the PDPS (i.e. this Invitation to Tender). Bidders complete and submit a response in the form of the standard selection questionnaire (SQ), and those who meet the Selection Criteria and Award Stage Criteria who are not excluded will be admitted onto the PDPS as a Supplier for the Lot(s) that they have applied for.

Lots 1-5 Stage 2: The second stage will be the referral stage. The Referral process is detailed in Appendix 11k and 11l to the ITT and a Call off Contract will be entered into with the successful provider.

Lot 6 – Stage 2: The second stage will be the mini competition stage, and the process is detailed in Appendix 12. Please note that only those bidders that are awarded onto Lots as detailed below will be invited to participate

• Lot 6a – Only those successfully awarded onto Lot 1 Independent Fostering Agency will be invited to participate

• Lot 6b – Only those successfully awarded onto Lot 2 Residential Children’s Homes will be invited to participate

• Lot 6c – Only those successfully awarded ont Lot 3 Independent Special Education Provision will be invited to participate

• Lot 6d – Only those successfully awarded onto Lot 4 Out of School Tuition and Alternative Provision will be invited to participate

• Lot 6e – Only those successfully awarded onto Lot 5 Post 16 Education will be invited to participate

Appointment to the PDPS (Stage 1)

Any interested organisation/consortium may submit a Bid in response to this ITT.

Bids submitted for Lot 1, Lot 2 & Lot 3 will be evaluated on response to questions indicated below on the Selection Questionnaire (SQ)

Lot 1 Questions 8.1(a) and 8.1(b)

Lot 2 Questions 8.2(a) and 8.2(b)

Lot 3 Questions 8.3(a) and 8.3(b)

Bids for Lots 4 and 5 will be evaluated on both the Selection Questionnaire ("SQ") and Quality Questions and ITT response documents for each Lot being bid for. All aspects of this ITT should be completed in full and submitted as advised in the ITT

Lot 6 does not require any documents to be completed and will not be evaluated. Only those bidders that are awarded onto Lots 1 - 5 will be invited to participate in further competition.

The Authority will evaluate Bidders' responses to the selection questions in the SQ before evaluating the remainder of the Bid. All bidders for Lot 1, Lot 2 and Lot 3 that meet the selection criteria will be admitted onto the PDPS as a supplier for the Lot(s) All Bidders for Lot 4 and Lot 5 meeting the selection criteria set out in the SQ Explanatory Document (Appendix 5: SQ Explanatory Document) will proceed to the tender evaluation stage and will have the remainder of their Bids evaluated. Bids for Lot 4 and Lot 5 which do not meet the selection criteria, will not proceed to the tender evaluation stage. All bidders for Lots 4 and 5 who meet the quality threshold of 70% or more will be admitted onto the PDPS as a supplier for the Lot(s) which has been bid for.

Award of Call Off Contract (Stage 2)

Each Call off Contract awarded under this PDPS may be made following the referral process detailed in Appendix 11k and Appendix 11l to the ITT to appoint Suppliers. All Suppliers appointed to the relevant Lot (s) (Lot 1 – 5) will be invited to take part via the referral process for the specific Lot they have been appointed to. Suppliers are not obligated to respond at this stage. Lot 6 will be conducted as a mini competition

The questions that Bidders are required to answer in the Invitation to Tender (ITT) are set out for Lot 4 – Appendix 8a and Lot 5 – Appendix 8b Quality Questions. Appendix 9 – Financial Submissions are not applicable at PDPS award stage. Financial Submissions will be reviewed at referral stage for Lots 1,2,3,4 and 5 but will not be evaluated. For Lot 6 evaluation methodology will be published in mini-competition documentation.

IV.2) Administrative information

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

Date: 24/03/2025

Local time: 12:00

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

EN

Section VI: Complementary information

VI.2) Information about electronic workflows

Electronic ordering will be used

Electronic invoicing will be accepted

Electronic payment will be used

VI.3) Additional information

• Lot 6a – Only those successfully awarded onto Lot 1 Independent Fostering Agency will be invited to participate

• Lot 6b – Only those successfully awarded onto Lot 2 Residential Children’s Homes will be invited to participate

• Lot 6c – Only those successfully awarded ont Lot 3 Independent Special Education Provision will be invited to participate

• Lot 6d – Only those successfully awarded onto Lot 4 Out of School Tuition and Alternative Provision will be invited to participate

• Lot 6e – Only those successfully awarded onto Lot 5 Post 16 Education will be invited to participate

Lot 6 has no value and any contracts awarded following a competitive process will have value included in the appropriate lot for the purpose of ensuring advertised amounts are not breached.

The definition of Partner Organisation for the purpose of this procurement will be any Educational Establishment within Peterborough as defined in link: Primary, Secondary, Special schools and FE colleges | Peterborough City Council, or any

Local Authority Council in England whether County, Unitary, District, Borough, Metropolitan, parish or community Council as defined in link http://www.direct.gov.uk/en/Dl1/Directories/Localcouncils/index.htm

All referenced Appendices may be found in the attachment section of the ITT on the e-procurement portal

Initial Contract Term is 4 years -01/09/2025 - 31/08/2029 with 2 x 24 month Extensions available (01/09/2029-31/08/2031 and 01/09/2031 -31/08/2033) Total Maximum Contract Length 8 years

VI.4) Procedures for review

VI.4.1) Review body

Peterborough City Council

Sand Martin House

Peterborough

PE2 8TY

UK

Telephone: +44 7984004212

E-mail: jan.thistleton@peterborough.gov.uk

Internet address(es)

URL: https://www.peterborough.gov.uk/business/supplying-the-council/supply-opportunities

VI.4.2) Body responsible for mediation procedures

Peterborough City Council

Sand Martin House

Peterborough

PE2 8TY

UK

Telephone: +44 7984004212

E-mail: jan.thistleton@peterborough.gov.uk

Internet address(es)

URL: https://www.peterborough.gov.uk/business/supplying-the-council/supply-opportunities

VI.5) Date of dispatch of this notice

21/02/2025

Coding

Commodity categories

ID Title Parent category
85000000 Health and social work services Other Services
85100000 Health services Health and social work services
85300000 Social work and related services Health and social work services
85310000 Social work services Social work and related services

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:
Jan.Thistleton@peterborough.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.