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

SCC Independent Alternative Provision Dynamic Purchasing System (DPS) for children and young people with additional needs and disabilities

  • First published: 29 September 2023
  • Last modified: 29 September 2023

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-04043e
Published by:
Surrey County Council
Authority ID:
AA0050
Publication date:
29 September 2023
Deadline date:
07 April 2028
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

Lot 1: Tutoring (QTS Qualified)

Service Providers in Lot 1 will be able to offer tutors who hold Qualified Teacher Status (QTS) and will be able to offer either face to face or online tutoring. The subjects will be specific to the needs of the individual pupil but will predominantly be the core school subjects of English, Maths and Science.

Lot 1 is further divided into two (2) sub-lots:

Lot 1a: Online

Lot 1b: Face to Face provision

Estimated Aggregate Value across lifetime of the DPS (4 + 2 + 2 years) = £9,533,333. For the purposes of this Contract Notice, the overall estimated aggregate DPS value has been divided equally between each Lot however does not reflect the anticipated Lot spend. This will be determined based on the need of the individual at Stage 2: Contracting Stage and cannot be anticipated at this stage.

Admission stage evaluation will be based on 100% Quality.

The Council will reject any Bidder who scores a moderated score of 0 or 1 for any question.

Minimum Quality: Bidders should be aware that to be admitted onto this DPS, they must achieve a moderated qualitative evaluation score of no less than 60% out of the total percentage available for quality (60 out of 100); and a minimum moderated score of 2 will be required for all quality questions.

Pricing will be requested and will be binding for 2 years but will not be scored at admission stage. This pricing will be used at Stage 2: Contracting Stage. See ITT guidance for further information.

Full notice text

Social and other specific services – public contracts

Contract notice

Section I: Contracting authority

I.1) Name and addresses

Surrey County Council

Woodhatch Place, 11 Cockshot Hill

Reigate

RH2 8EF

UK

Contact person: Sophie Furniss

E-mail: sophie.furniss@surreycc.gov.uk

NUTS: UKJ2

Internet address(es)

Main address: www.surreycc.gov.uk

Address of the buyer profile: https://Providerslive.proactisp2p.com/Account/Login?cid=surreycc#

I.3) Communication

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

https://supplierlive.proactisp2p.com/Account/Login?cid=surreycc#


Additional information can be obtained from the abovementioned address


Tenders or requests to participate must be sent electronically to:

https://supplierlive.proactisp2p.com/Account/Login?cid=surreycc#


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

SCC Independent Alternative Provision Dynamic Purchasing System (DPS) for children and young people with additional needs and disabilities

Reference number: DN1556

II.1.2) Main CPV code

85000000

 

II.1.3) Type of contract

Services

II.1.4) Short description

Surrey County Council (SCC) wishes to establish a Dynamic Purchasing System (DPS) for the supply of services in respect of Independent Alternative Provision for children and young people with additional needs and disabilities for an initial period of 4 years + with optional further extension provisions for an additional 2 years + 2 years.

The primary purpose of this DPS will be to provide key education and/or other support services to a child or young person who are in receipt of an Education, Health, and Care (EHCP) (or those individuals as outlined in the Service Specification).

SCC wishes to move to a whole system approach to alternative provision where inclusive schools, clear pathways and outstanding provision all work together to ensure excellent outcomes for children and young people. SCC wishes promoting a collective system in which educational settings, community services, health and education support services all play a crucial part in responding to vulnerable children and assisting with reintegration to school (where appropriate). Providers successful in joining the AP DPS will play a vital role in creating a “community” of provision.

Independent Alternative Provision is provision largely for one-to-one support, children and young people who require specialist intervention (in many cases but not exclusively for their additional needs) which in many cases is delivered in the home or in the community with the support of / or at the request of families.

The services required fall under Schedule 3 of the Public Contracts Regulations 2015 (PCR 2015). As a result, this procurement is undertaken under the 'Light Touch Regime' as detailed in Section 7 of PCR 2015.

Any interested organisation or consortium with relevant experience may apply to be admitted onto the DPS.

Eligible Surrey County Council Maintained schools and Academies may access Providers on the DPS following Year 1 (Please see https://www.surreycc.gov.uk/schools-and-learning/schools/directory) for list of schools and academies included) via an access agreement.

The DPS will have six (6) lots and be further divided into two (2) sub-lots as follows:

Lot 1: Tutoring (QTS Qualified)

Lot 1a: Online

Lot 1b: Face to Face provision

Lot 2: Tutoring (Non QTS Qualified)

Lot 2a: Online

Lot 2b: Face to Face provision

Lot 3: Specialist Teachers

Lot 3a: Online

Lot 3b: Face to Face provision

Lot 4: Registered Therapies supporting education (covered under HCPC)

Lot 4a: Online

Lot 4b: Face to Face provision

Lot 5: Other services supporting education

Lot 5a: Online

Lot 5b: Face to Face provision

Lot 6: Post-16 Support Services (supporting employment, preparing for adulthood/ independence)

Lot 6a: Online

Lot 6b: Face to Face provision

Potential Providers are invited to apply for one lot or sub-lot; or multiple lots and sub-lots.

For each Lot, there will be an 'Admission' stage, followed by a 'Contracting' stage.

SCC intends to evaluate new applications to the ‘Admission’ stage twice a year. The Council reserves the right to revise the number of evaluation Rounds (‘opening ceremonies’) for Admission stage per year at its discretion to allow further applicants to apply in an emergency.

The Council will add Providers to the DPS throughout its duration, providing that the Providers meet the requirements outlined in the Invitation to Tender documents and submit an Application that is found to be compliant. By applying to be admitted to the DPS, Providers are not obligated to bid for services at 'Contracting' stage.

These services are being procured under a multiple-Provider DPS. There will be no limit to the number of Providers admitted onto the DPS, providing they meet the minimum requirements as set out in the Invitation to Tender documents. There will be no guarantee of work or volume of work given under this DPS.

II.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

II.2) Description

Lot No: 1

II.2.1) Title

Lot 1: Tutoring (QTS Qualified)

II.2.2) Additional CPV code(s)

80100000

80200000

80310000

80590000

II.2.3) Place of performance

NUTS code:

UKJ2

II.2.4) Description of the procurement

Lot 1: Tutoring (QTS Qualified)

Service Providers in Lot 1 will be able to offer tutors who hold Qualified Teacher Status (QTS) and will be able to offer either face to face or online tutoring. The subjects will be specific to the needs of the individual pupil but will predominantly be the core school subjects of English, Maths and Science.

Lot 1 is further divided into two (2) sub-lots:

Lot 1a: Online

Lot 1b: Face to Face provision

Estimated Aggregate Value across lifetime of the DPS (4 + 2 + 2 years) = £9,533,333. For the purposes of this Contract Notice, the overall estimated aggregate DPS value has been divided equally between each Lot however does not reflect the anticipated Lot spend. This will be determined based on the need of the individual at Stage 2: Contracting Stage and cannot be anticipated at this stage.

Admission stage evaluation will be based on 100% Quality.

The Council will reject any Bidder who scores a moderated score of 0 or 1 for any question.

Minimum Quality: Bidders should be aware that to be admitted onto this DPS, they must achieve a moderated qualitative evaluation score of no less than 60% out of the total percentage available for quality (60 out of 100); and a minimum moderated score of 2 will be required for all quality questions.

Pricing will be requested and will be binding for 2 years but will not be scored at admission stage. This pricing will be used at Stage 2: Contracting Stage. See ITT guidance for further information.

II.2.6) Estimated value

Value excluding VAT: 9 533 333.00  GBP

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

Duration in months: 96

Lot No: 2

II.2.1) Title

Lot 2: Tutoring (non QTS Qualified)

II.2.2) Additional CPV code(s)

80100000

80200000

80310000

80590000

II.2.3) Place of performance

NUTS code:

UKJ2

II.2.4) Description of the procurement

Lot 2: Tutoring (non QTS Qualified)

Providers delivering services on Lot 2 be able to offer tutors who hold a degree level qualification or have substantial experience in a required subject and will be able to offer either face to face or online tutoring.

Estimated Aggregate Value across lifetime of the DPS (4 + 2 + 2 years) = £9,533,333. For the purposes of this Contract Notice, the overall estimated aggregate DPS value has been divided equally between each Lot however does not reflect the anticipated Lot spend. This will be determined based on the need of the individual at Stage 2: Contracting Stage and cannot be anticipated at this stage.

Admission stage evaluation will be based on 100% Quality.

The Council will reject any Bidder who scores a moderated score of 0 or 1 for any question.

Minimum Quality: Bidders should be aware that to be admitted onto this DPS, they must achieve a moderated qualitative evaluation score of no less than 60% out of the total percentage available for quality (60 out of 100); and a minimum moderated score of 2 will be required for all quality questions.

Pricing will be requested and will be binding for 2 years but will not be scored at admission stage. This pricing will be used at Stage 2: Contracting Stage. See ITT guidance for further information.

II.2.6) Estimated value

Value excluding VAT: 9 533 333.00  GBP

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

Duration in months: 96

Lot No: 3

II.2.1) Title

Lot 3: Specialist Teachers

II.2.2) Additional CPV code(s)

80100000

80200000

80310000

80340000

II.2.3) Place of performance

NUTS code:

UKJ2

II.2.4) Description of the procurement

Lot 3: Specialist Teachers

Service Providers in Lot 3 will offer teachers who hold Qualified Teacher Status (QTS) and additional qualifications or significant experience (5+ years). This additional experience will be in specific areas of need that would allow them to offer specialist support and advice to the pupil’s class-based teacher e.g., BSL trained staff, ASD specialists. Qualifications could include Mandatory Qualification for Teachers of Children with Hearing Impairment/Visual Impairment

Lot 3 is further divided into two (2) sub-lots:

Lot 3a: Online

Lot 3b: Face to Face provision

Estimated Aggregate Value across lifetime of the DPS (4 + 2 + 2 years) = £9,533,333. For the purposes of this Contract Notice, the overall estimated aggregate DPS value has been divided equally between each Lot however does not reflect the anticipated Lot spend. This will be determined based on the need of the individual at Stage 2: Contracting Stage and cannot be anticipated at this stage.

Admission stage evaluation will be based on 100% Quality.

The Council will reject any Bidder who scores a moderated score of 0 or 1 for any question.

Minimum Quality: Bidders should be aware that to be admitted onto this DPS, they must achieve a moderated qualitative evaluation score of no less than 60% out of the total percentage available for quality (60 out of 100); and a minimum moderated score of 2 will be required for all quality questions.

Pricing will be requested and will be binding for 2 years but will not be scored at admission stage. This pricing will be used at Stage 2: Contracting Stage. See ITT guidance for further information.

II.2.6) Estimated value

Value excluding VAT: 9 533 333.00  GBP

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

Duration in months: 96

Lot No: 4

II.2.1) Title

Lot 4: Registered Therapies supporting education (covered under HCPC)

II.2.2) Additional CPV code(s)

80100000

80200000

80310000

80340000

85142100

II.2.3) Place of performance

NUTS code:

UKJ2

II.2.4) Description of the procurement

Lot 4: Registered Therapies supporting education (covered under HCPC)

Providers delivering services in Lot 4 will offer registered therapies as listed in: https://www.hcpc-uk.org/about-us/who-we-regulate/the-professions/

Estimated Aggregate Value across lifetime of the DPS (4 + 2 + 2 years) = £9,533,333. For the purposes of this Contract Notice, the overall estimated aggregate DPS value has been divided equally between each Lot however does not reflect the anticipated Lot spend. This will be determined based on the need of the individual at Stage 2: Contracting Stage and cannot be anticipated at this stage.

Admission stage evaluation will be based on 100% Quality.

The Council will reject any Bidder who scores a moderated score of 0 or 1 for any question.

Minimum Quality: Bidders should be aware that to be admitted onto this DPS, they must achieve a moderated qualitative evaluation score of no less than 60% out of the total percentage available for quality (60 out of 100); and a minimum moderated score of 2 will be required for all quality questions.

Pricing will be requested and will be binding for 2 years but will not be scored at admission stage. This pricing will be used at Stage 2: Contracting Stage. See ITT guidance for further information.

II.2.6) Estimated value

Value excluding VAT: 9 533 333.00  GBP

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

Duration in months: 96

Lot No: 5

II.2.1) Title

Lot 5: Other services supporting education

II.2.2) Additional CPV code(s)

80000000

80100000

80200000

80310000

80340000

80500000

85142100

II.2.3) Place of performance

NUTS code:

UKJ2

II.2.4) Description of the procurement

Lot 5: Other services supporting education

Providers delivering services in Lot 5 will offer other non-specified services such as vocational programmes, mentoring, alternative therapies not covered by HCPC and other services that will work to reduce the anxiety of the pupils. They will also support the continued engagement (for placements in danger of ending) or the re-engagement of pupils with full time education, training, or employment.

Lot 5 is further divided into two (2) sub-lots:

Lot 5a: Online

Lot 5b: Face to Face provision

Estimated Aggregate Value across lifetime of the DPS (4 + 2 + 2 years) = £9,533,333. For the purposes of this Contract Notice, the overall estimated aggregate DPS value has been divided equally between each Lot however does not reflect the anticipated Lot spend. This will be determined based on the need of the individual at Stage 2: Contracting Stage and cannot be anticipated at this stage.

Admission stage evaluation will be based on 100% Quality.

The Council will reject any Bidder who scores a moderated score of 0 or 1 for any question.

Minimum Quality: Bidders should be aware that to be admitted onto this DPS, they must achieve a moderated qualitative evaluation score of no less than 60% out of the total percentage available for quality (60 out of 100); and a minimum moderated score of 2 will be required for all quality questions.

Pricing will be requested and will be binding for 2 years but will not be scored at admission stage. This pricing will be used at Stage 2: Contracting Stage. See ITT guidance for further information.

II.2.6) Estimated value

Value excluding VAT: 9 533 333.00  GBP

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

Duration in months: 96

Lot No: 6

II.2.1) Title

Lot 6: Post-16 Support Services (supporting employment, preparing for adulthood/ independence)

II.2.2) Additional CPV code(s)

80100000

80200000

80340000

80500000

II.2.3) Place of performance

NUTS code:

UKJ2

II.2.4) Description of the procurement

Lot 6: Post-16 Support Services (supporting employment, preparing for adulthood/ independence)

Providers delivering services in Lot 6 are expected to support young people to prepare or transition to adulthood to access vocational, employment and/or further education.

Lot 6 is further divided into two (2) sub-lots:

Lot 6a: Online

Lot 6b: Face to Face provision

Estimated Aggregate Value across lifetime of the DPS (4 + 2 + 2 years) = £9,533,333. For the purposes of this Contract Notice, the overall estimated aggregate DPS value has been divided equally between each Lot however does not reflect the anticipated Lot spend. This will be determined based on the need of the individual at Stage 2: Contracting Stage and cannot be anticipated at this stage.

Admission stage evaluation will be based on 100% Quality.

The Council will reject any Bidder who scores a moderated score of 0 or 1 for any question.

Minimum Quality: Bidders should be aware that to be admitted onto this DPS, they must achieve a moderated qualitative evaluation score of no less than 60% out of the total percentage available for quality (60 out of 100); and a minimum moderated score of 2 will be required for all quality questions.

Pricing will be requested and will be binding for 2 years but will not be scored at admission stage. This pricing will be used at Stage 2: Contracting Stage. See ITT guidance for further information.

II.2.6) Estimated value

Value excluding VAT: 9 533 333.00  GBP

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

Duration in months: 96

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: The services required fall under Schedule 3 of the Public Contracts Regulations 2015 (PCR 2015). As a result, this procurement is undertaken under the 'Light Touch Regime' as detailed in Section 7 of PCR 2015.

IV.1.11) Main features of the award procedure:

Surrey County Council (SCC) wishes to establish a Dynamic Purchasing System (DPS) for the supply of services in respect of Independent Alternative Provision for children and young people with additional needs and disabilities for an initial period of 4 years + with optional further extension provisions for an additional 2 years + 2 years.

The services required fall under Schedule 3 of the Public Contracts Regulations 2015 (PCR 2015). As a result, this procurement is undertaken under the 'Light Touch Regime' as detailed in Section 7 of PCR 2015.

This contract notice is for admission onto the DPS.

For each Lot/ sub-lot, there will be an ‘Admission’ stage, followed by a ‘Contracting’ stage.

Stage 1: Admission Stage – At this stage Bidders are invited to apply for admittance onto the DPS by submitting their responses via the Pass/Fail Selection Questionnaire (SQ) and, if passed, the evaluation of quality questions. If successful, Providers will be ‘admitted’ onto the DPS in the relevant Lots.

Stage 2: Contracting Stage – The Providers who meet the initial Admission criteria will be invited to bid for the relevant lots and/or sub-lots for individual placements or block contracts.

SCC intends to evaluate new applications to the ‘Admission’ stage twice a year. The Council reserves the right to revise the number of evaluation Rounds (‘opening ceremonies’) for Admission stage per year at its discretion to allow further applicants to apply in an emergency.

For the purposes of this Contract Notice, the overall estimated aggregate DPS value has been divided equally between each Lot however does not reflect the anticipated Lot spend. This will be determined based on the need of the individual at Stage 2: Contracting Stage and cannot be anticipated at this stage.

Admission stage evaluation will be based on 100% Quality.

The Council will reject any Bidder who scores a moderated score of 0 or 1 for any question.

Minimum Quality: Bidders should be aware that to be admitted onto this DPS, they must achieve a moderated qualitative evaluation score of no less than 60% out of the total percentage available for quality (60 out of 100); and a minimum moderated score of 2 will be required for all quality questions.

Pricing will be requested and will be binding for 2 years but will not be scored at admission stage. This pricing will be used at Stage 2: Contracting Stage. See ITT guidance for further information.

Stage 2 will be evaluated based on Quality and Price for all Lots and sub-lots. Full details will be included at Contracting Stage.

Once Providers are admitted onto the DPS, the ‘Contracting’ stage can be undertaken. Providers will be requested to respond to quality and price questions for the specific need to win the contract as outlined in the Referral Form.

Referrals will be published when the Contracting stage goes live.

Stage 2: Contracting Stage is divided into two routes:

Route 1: Direct Award

Route 2: Mini Competition

Route 1: Direct Award

When a placement is identified, the Council will send an Alternative Provision Referral Form to a Provider.

The Provider must return the Referral Form to the Council within 5 working days of receipt.

The Referral Form will allow the Provider to detail how they will best meet the outcomes of the individual as well as the price for the service.

The price submitted must be in line or lower than the price submitted at Admission Stage to the DPS.

As the DPS is being let under the Light Touch Regime (Regulation 76 (8) of the PCR’s 2015), the Council shall make Direct Award placements based on a number of factors including; the Provider that best meets the specific needs of the individual; and/or cost and value for money; and/or geographical location (if face-to-face); and/or availability of providers; and/or personal choice of the individual.

All awarded placements will be contractually bound by the Individual Alternative Provision Agreement (IAPA).

Route 2: Mini Competition

When a block contract or mini-competition is identified, Route 2: Mini- Competition will take place. The Council will invite all Providers admitted to the DPS under the relevant sub-lot(s) to express an interest based on the total number of referrals. The expression of interest will be time-bound.

Mini-Competitions will be evaluated based on Quality and Price. Full details will be included at Contracting Stage.

TUPE may apply at Stage 2: Contracting Stage. Full details will be included in the tender documents.

The bid deadline for the initial ‘Round’ for this DPS is 1st November 2023 at 12 Noon.

The time limit for receipt of tenders or requests to participate following the initial Round is 7 April 2028 following the initial 4 year term of the DPS.

IV.2) Administrative information

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

Date: 07/04/2028

Local time: 12:00

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

EN

Section VI: Complementary information

VI.5) Date of dispatch of this notice

27/09/2023

Coding

Commodity categories

ID Title Parent category
80000000 Education and training services Education
85000000 Health and social work services Other Services
85142100 Physiotherapy services Paramedical services
80100000 Primary education services Education and training services
80200000 Secondary education services Education and training services
80340000 Special education services Higher education services
80500000 Training services Education and training services
80590000 Tutorial services Training services
80310000 Youth education services Higher education 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:
sophie.furniss@surreycc.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.