Alternative Learning Opportunities Coventry
The Council requires a range of programmes which will support independent learning and small target groups. Lot 1: Core Curriculum areas – Literacy, Numeracy and Science.
United Kingdom-Coventry: Education and training services
2019/S 131-322724
Social and other specific services – public contracts
Contract notice
Services
Directive 2014/24/EU
Section I: Contracting authority
I.1)Name and addresses
Earl Street
Coventry
CV1 5RR
United Kingdom
Contact person: Alex Marsden
E-mail: procurement.services@coventry.gov.uk
NUTS code: UKG33
I.3)Communication
I.4)Type of the contracting authority
I.5)Main activity
Section II: Object
II.1.1)Title:
Alternative Learning Opportunities
II.1.2)Main CPV code
II.1.3)Type of contract
II.1.4)Short description:
The Council requires a range of programmes which will support independent learning and small target groups. Pre-designed Programmes (Lots 1-4) — these predetermined programmes will be for young people that need support for particular areas of development. These programmes will be available all year round, to allow schools to request accessibility at any given time and ‘call-off’ a place for their young people.
Lot 1: Core Curriculum areas — Literacy, Numeracy and Science;
Lot 2: Three (3) Day Engagement Programme;
Lot 3: Transition — year 6 into Secondary Education;
Lot 4: Transition — year 11 into positive pathways post 16.
Bespoke programmes — mini competitions (Lot 5) — these will be bespoke, purpose built programmes to be requested by schools at any given time. The mini competition will provide details of the service requirement and ask providers to complete a mini competition and submit their service proposal and pricing structure for the bespoke programme delivery.
II.1.5)Estimated total value
II.1.6)Information about lots
Applications can be against a single lot, a combination of, or all lots designated.
II.2.1)Title:
Core Curriculum areas — Literacy, Numeracy and Science
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
These are predetermined programmes that will be for young people that need support for particular areas of development. The WRL service will advertise the providers programme details all year round, to allow schools to request accessibility at any given time, and if determined available, ‘call-off’ and place their young people onto the programme.
Pricing per pupil, per programme, will be established as part of this tender exercise and fixed for the 2 year contract duration.
This flexible Framework Agreement is designed to have no limit to the number of providers to be awarded onto the framework. This has been designed to ensure; continued competition, a basis of flexibility and also support the creation of sustainable business opportunities for new market entrants, into the City of Coventry.
Each call-off would be for the delivery of alternative learning opportunities. All parties participating in this tender exercise including those preferred bidders awarded a place on the framework should at all times note that the Council provides no guarantee (express or implied) as to the minimum level of work offered to framework partners pursuant to the contract.
II.2.7)Duration of the contract or the framework agreement
II.2.13)Information about European Union funds
II.2.14)Additional information
This procurement is being run pursuant to Regulations 74, 75 and 76 of Chapter 3 of the Public Contract Regulations 2015.
II.2.1)Title:
Three (3) Day Engagement Programme
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
These are predetermined programmes that will be for young people that need support for particular areas of development. The WRL Service will advertise the providers programme details all year round, to allow schools to request accessibility at any given time, and if determined available, ‘call-off’ and place their young people onto the programme.
Pricing per pupil, per programme, will be established as part of this tender exercise and fixed for the 2 year contract duration.
This flexible Framework Agreement is designed to have no limit to the number of providers to be awarded onto the framework. This has been designed to ensure; continued competition, a basis of flexibility and also support the creation of sustainable business opportunities for new market entrants, into the City of Coventry.
Each call-off would be for the delivery of alternative learning opportunities. All parties participating in this tender exercise including those preferred bidders awarded a place on the framework should at all times note that the Council provides no guarantee (express or implied) as to the minimum level of work offered to framework partners pursuant to the contract.
II.2.7)Duration of the contract or the framework agreement
II.2.13)Information about European Union funds
II.2.14)Additional information
This procurement is being run pursuant to Regulations 74, 75 and 76 of Chapter 3 of the Public Contract Regulations 2015.
II.2.1)Title:
Transition Programme — year 6 into Secondary Education
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
These are predetermined programmes that will be for young people that need support for particular areas of development. The WRL Service will advertise the providers programme details all year round, to allow schools to request accessibility at any given time, and if determined available, ‘call-off’ and place their young people onto the programme.
Pricing per pupil, per programme, will be established as part of this tender exercise and fixed for the 2 year contract duration.
This flexible Framework Agreement is designed to have no limit to the number of providers to be awarded onto the framework. This has been designed to ensure; continued competition, a basis of flexibility and also support the creation of sustainable business opportunities for new market entrants, into the City of Coventry.
Each call-off would be for the delivery of alternative learning opportunities. All parties participating in this tender exercise including those preferred bidders awarded a place on the framework should at all times note that the Council provides no guarantee (express or implied) as to the minimum level of work offered to framework partners pursuant to the contract.
II.2.7)Duration of the contract or the framework agreement
II.2.13)Information about European Union funds
II.2.14)Additional information
This procurement is being run pursuant to Regulations 74, 75 and 76 of Chapter 3 of the Public Contract Regulations 2015.
II.2.1)Title:
Transition Programme — year 11 into Positive Pathways Post 16
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
These are predetermined programmes that will be for young people that need support for particular areas of development. The WRL Service will advertise the providers programme details all year round, to allow schools to request accessibility at any given time, and if determined available, ‘call-off’ and place their young people onto the programme.
Pricing per pupil, per programme, will be established as part of this tender exercise and fixed for the 2 year contract duration.
This flexible Framework Agreement is designed to have no limit to the number of providers to be awarded onto the framework. This has been designed to ensure; continued competition, a basis of flexibility and also support the creation of sustainable business opportunities for new market entrants, into the City of Coventry.
Each call-off would be for the delivery of alternative learning opportunities. All parties participating in this tender exercise including those preferred bidders awarded a place on the framework should at all times note that the Council provides no guarantee (express or implied) as to the minimum level of work offered to framework partners pursuant to the contract.
II.2.7)Duration of the contract or the framework agreement
II.2.13)Information about European Union funds
II.2.14)Additional information
This procurement is being run pursuant to Regulations 74, 75 and 76 of Chapter 3 of the Public Contract Regulations 2015.
II.2.1)Title:
Bespoke Programmes — Mini Competitions
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
These will be bespoke, purpose built programmes that may be requested by schools at any given time. The mini competition/tender circulated will provide the explicit details of the service requirement and ask providers who are interested in delivering, to complete a mini competition and submit their service proposal and pricing structure for the bespoke programme delivery. Schools will then choose from the submitted providers proposals which one they wish to access for their young people.
This list is not exhaustive; however, we have identified the following range of immediately required service delivery:
— 1 to 1 support and development,
— mentoring,
— provision for newly arrived young people and the traveling community,
— tailored programmes to address cultural challenges (Knife Crime, Drugs, and Alcohol, etc.).
This lot will allow providers the opportunity to cost their bespoke provision based upon the information provided at the point of referral/mini competition, as the Council recognises the nature of the work and expertise involved.
This flexible Framework Agreement is designed to have no limit to the number of providers to be awarded onto the framework. This has been designed to ensure; continued competition, a basis of flexibility and also support the creation of sustainable business opportunities for new market entrants, into the City of Coventry.
Each call-off would be for the delivery of alternative learning opportunities. All parties participating in this tender exercise including those preferred bidders awarded a place on the framework should at all times note that the Council provides no guarantee (express or implied) as to the minimum level of work offered to framework partners pursuant to the contract.
II.2.7)Duration of the contract or the framework agreement
II.2.13)Information about European Union funds
II.2.14)Additional information
This procurement is being run pursuant to Regulations 74, 75 and 76 of Chapter 3 of the Public Contract Regulations 2015.
Section III: Legal, economic, financial and technical information
III.1.4)Objective rules and criteria for participation
As stated within the tender documentation.
III.2.2)Contract performance conditions:
As stated within the tender documents.
Section IV: Procedure
IV.1.1)Form of procedure
IV.1.3)Information about framework agreement
Reopening of the Flexible Framework – Bi-annually during the Framework Agreement Term, the Council will reopen this opportunity every six months, post framework Commencement Date and will place the advertisements on the Councils E-tendering portal www.csw-jets.co.uk. The specific dates are detailed within the tender documentation.
IV.1.11)Main features of the award procedure:
As stated within the tender documentation.
IV.2.2)Time limit for receipt of tenders or requests to participate / Time limit for receipt of expressions of interest
IV.2.4)Languages in which tenders or requests to participate may be submitted:
Section VI: Complementary information
VI.2)Information about electronic workflows
VI.3)Additional information:
This procurement is for education and training services which are considered light touch regime services under the Public Contracts Regulations 2015, as specified in Schedule 3 of the Regulations (‘Regulations’).
The agreement is based upon the basic principles of a Framework Agreement, and although there are some similar aspects, it does not fully operate in the same way as outlined in Regulation 33 of the Public Contracts Regulations (2015).
The local authority will create a ‘pseudo Framework Agreement’ (based on CCS guidance) and have set out clearly how we intend to operate the Framework Agreement from the outset through the OJEU notice, tender document and call-off schedule, which also details the timeline for when it will be reopened. This meets the duty of transparency and equal treatment, which are the main guidelines to follow when setting up an LTR contract.
If a provider fails to be admitted onto the framework, they may reapply for re-consideration during the designated framework reopening term(s) to demonstrate that contract requirements can be met.
The council makes no guarantee as to the volume of business on offer, and any volumes given are indicative only and intended as a general guide. All parties participating in this tender exercise including those preferred bidders awarded a place on the framework should at all times note that the Council provides no guarantee (express or implied) as to the minimum level of work offered to framework partners pursuant to the contract.
VI.4.1)Review body
Coventry
United Kingdom
VI.5)Date of dispatch of this notice: