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