Alternative Provision (Education) – Dynamic Purchasing System
Admission to the dynamic Purchasing System – Provision of Alternative Provision (Education) in Oxfordshire.
United Kingdom-Oxford: Education and training services
2020/S 134-331383
Contract notice
Services
Directive 2014/24/EU
Section I: Contracting authority
I.1)Name and addresses
Postal address: 3rd Floor, County Hall
Town: Oxford
NUTS code: UKJ14 Oxfordshire
Postal code: OX1 1ND
Country: United Kingdom
Contact person: Mr Simon Robinson
E-mail: simon.robinson@oxfordshire.gov.uk
Telephone: +44 7554103444
Address of the buyer profile: http://www.oxfordshire.gov.uk
I.3)Communication
I.4)Type of the contracting authority
I.5)Main activity
Section II: Object
II.1.1)Title:
Admission to the dynamic Purchasing System — Provision of Alternative Provision (Education) in Oxfordshire Ref 1-0054
II.1.2)Main CPV code
II.1.3)Type of contract
II.1.4)Short description:
Oxfordshire County Council (the Council) invites Applicants to tender to join a Dynamic Purchasing System (DPS) to support the provision of Alternative Provision (AP).
AP provides support to often vulnerable children and young people (pupils) and each placement has the potential to transform a child’s life chances. AP is education arranged and commissioned for pupils of compulsory school age outside of mainstream or special schools, who would not otherwise receive suitable education for any reason. This includes pupils with behaviour problems, with health needs preventing school attendance or without a school place. This may include full or part-time placements in PRUs, AP academies, AP free schools, hospital special schools, FE colleges, independent schools and other provision such as home tuition services and voluntary or private sector providers.
II.1.5)Estimated total value
II.1.6)Information about lots
Lot 1: Early Intervention and Prevention
Lot 2: Day 6 Following Permanent Exclusion
Lot 3: Interim provision for pupils Awaiting a School Place through the Council’s Admissions’ Process (KS1-KS4)
Lot 4: Offsite Alternative Curriculum and Enrichment Service (KS1-KS4)
Lot 5: In-reach Service (KS1 – KS4)
II.2.1)Title:
Early Intervention and Prevention
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
Oxfordshire.
II.2.4)Description of the procurement:
Early Intervention and Prevention
Lot 1a: Primary school (KS1-KS2)
• short term (6-12 weeks) early intervention/arrangement – outcome being successful reintegration back to mainstream school with exclusion risk diminished;
• bridging learning and maintaining and sustaining progress for pupils at risk of exclusion;
• supporting school to plan for successful full-time reintegration;
• to facilitate assessment of a Pupil’s additional needs where necessary.
Lot 1b: Secondary school (KS3-KS4)
• short-term (6-12 weeks) early intervention/arrangement – outcome being successful reintegration back to mainstream school with exclusion risk diminished;
• bridging learning and maintaining and sustaining progress for pupils at risk of exclusion;
• supporting school to plan for successful full-time reintegration;
• to facilitate assessment of additional needs where necessary.
Condition of entry is that schools can demonstrate they have followed preventing exclusion guidance and process
Lot 1c: pupils with EHCPs at risk of permanent exclusion (KS1-KS4)
• interim, short-term AP for all pupils with EHCPS at risk of permanent exclusion to integrate back into school;
• (condition of entry is that referring school has facilitated emergency Annual Review of EHCP when necessary).
Each Pupil to have a plan on entry of agreed timescales, outcomes and review date.
Providers will be expected to deliver this service on providers’ own premises.
II.2.5)Award criteria
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
The DPS term will be 3 years commencing 2 November 2020 with the option for the Council to extend the term of the DPS Agreement for an additional one plus 1 year terms (up to 2 years in aggregate).
II.2.10)Information about variants
II.2.11)Information about options
II.2.12)Information about electronic catalogues
II.2.13)Information about European Union funds
II.2.14)Additional information
The subject matter of this procurement process relates to the delivery of services which are listed to in schedule 3 to the regulations. As such the full regime set out in the regulations will not apply to the award of the framework contracts. Consequently, the procurement process adopted by the Commissioners has been developed in accordance with Regulation 76 of the regulations and in particular in accordance with the fundamental public procurement principles of transparency and equal treatment. For the avoidance of doubt this means that the Commissioners have not adopted the open procedure (as such term is defined in the regulations) for the undertaking of this procurement process. The fact that in this contract notice at Section IV.1) the field/box relating to type of procedure may default to the term ‘Open’ does not mean that this procedure is being followed by the Commissioners.
II.2.1)Title:
Day 6 Following Permanent Exclusion
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
Day 6 following permanent exclusion
Lot 2a: KS1-KS2 pupils in Primary schools
• full-time, short-term interim provision for primary school age pupils who have been permanently excluded from school;
• re-integration readiness is a key performance indicator;
• to facilitate assessment of additional needs when necessary;
• baseline assessment is required on arrival and commissioning partners to agree length of placement at the start and review period;
• provider to accept, receive and start educating by Day 6 following the permanent exclusion;
• double Permanent Exclusion – pupils able to stay up to the 2 years that the legislation allows*.
Where required, providers will need to ensure pupils are able to sit statutory assessments at the end of a key stage (if applicable)
Lot 2b: KS3-KS4 pupils in Secondary schools
• full-time, short-term interim provision for secondary school age pupils who have been permanently excluded from school;
• re-integration readiness is a key performance indicator;
• to facilitate assessment of additional needs when necessary;
• assess on arrival and commissioning partners to agree length of placement at the start and review period;
• provider to accept, receive and start educating by Day 6 following the permanent exclusion;
• double permanent exclusion – pupils able to stay up to the 2 years that the legislation allows*.
Providers will be expected to deliver this service on providers’ own premises.
Where required providers will need to ensure pupils are able to sit statutory assessments at the end of a key stage (if applicable) and facilitate pupils to undertake examinations and vocational courses.
Each Pupil to have a plan on entry of agreed timescales, outcomes and review date.
II.2.5)Award criteria
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
The DPS term will be three years commencing 2 November 2020 with the option for the Council to extend the term of the DPS agreement for an additional one plus 1 year terms (up to 2 years in aggregate).
II.2.10)Information about variants
II.2.11)Information about options
II.2.12)Information about electronic catalogues
II.2.13)Information about European Union funds
II.2.14)Additional information
The subject matter of this procurement process relates to the delivery of services which are listed to in Schedule 3 to the regulations. As such the full regime set out in the regulations will not apply to the award of the framework contracts. Consequently, the procurement process adopted by the Commissioners has been developed in accordance with Regulation 76 of the regulations and in particular in accordance with the fundamental public procurement principles of transparency and equal treatment. For the avoidance of doubt this means that the Commissioners have not adopted the open procedure (as such term is defined in the regulations) for the undertaking of this procurement process. The fact that in this Contract Notice at Section IV.1) the field/box relating to type of procedure may default to the term ‘Open’ does not mean that this procedure is being followed by the Commissioners.
II.2.1)Title:
Interim Provision for Pupils Awaiting a School Place through the Council’s Admissions’ Process (KS1-KS4)
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
Oxfordshire.
II.2.4)Description of the procurement:
Interim provision for pupils awaiting a school place through the Council’s admissions’ process (KS1-KS4)
• to include all pupils including those pupils with SEN (including those with EHCPs) and those pupils looked after by a local authority;
• full time or equivalent provision required;
• short term (maximum 12 weeks) – outcome being successful integration into school;
• bridging learning and maintaining and sustaining progress for pupils who would be missing education.
II.2.5)Award criteria
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
The DPS term will be 3 years commencing 2 November 2020 with the option for the Council to extend the term of the DPS Agreement for an additional one plus 1 year terms (up to 2 years in aggregate).
II.2.10)Information about variants
II.2.11)Information about options
II.2.12)Information about electronic catalogues
II.2.13)Information about European Union funds
II.2.14)Additional information
The subject matter of this procurement process relates to the delivery of services which are listed to in schedule 3 to the regulations. As such the full regime set out in the regulations will not apply to the award of the framework contracts. Consequently, the procurement process adopted by the Commissioners has been developed in accordance with Regulation 76 of the regulations and in particular in accordance with the fundamental public procurement principles of transparency and equal treatment. For the avoidance of doubt this means that the Commissioners have not adopted the open procedure (as such term is defined in the regulations) for the undertaking of this procurement process. The fact that in this contract notice at Section IV.1) the field/box relating to type of procedure may default to the term ‘Open’ does not mean that this procedure is being followed by the Commissioners.
II.2.1)Title:
Offsite Alternative Curriculum and Enrichment Service (KS1-KS4)
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
Offsite Alternative curriculum and enrichment service (KS1-KS4)
• must provide a creative and alternative programme that enhances or provides an alternative curriculum for KS1 – KS4 pupils. The service will be to provide tailored support for pupils who are disengaged with learning in school;
• it may also include a range of activities to support pupils to engage in their education and learning;
• for a minority of individual pupils at KS4, a range of longer-term activities may be negotiated such as extended work experience, college placements etc.;
• to include services that have a therapeutic impact on the Pupil.
Providers will be expected to deliver this service on physical premises.
Each Pupil to have a plan on entry of agreed timescales, outcomes and review date.
II.2.5)Award criteria
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
The DPS term will be three years commencing 2 November 2020 with the option for the Council to extend the term of the DPS Agreement for an additional one plus 1 year terms (up to 2 years in aggregate).
II.2.10)Information about variants
II.2.11)Information about options
II.2.12)Information about electronic catalogues
II.2.13)Information about European Union funds
II.2.14)Additional information
The subject matter of this procurement process relates to the delivery of services which are listed to in schedule 3 to the regulations. As such the full regime set out in the regulations will not apply to the award of the framework contracts. Consequently, the procurement process adopted by the Commissioners has been developed in accordance with Regulation 76 of the regulations and in particular in accordance with the fundamental public procurement principles of transparency and equal treatment. For the avoidance of doubt this means that the Commissioners have not adopted the open procedure (as such term is defined in the regulations) for the undertaking of this procurement process. The fact that in this contract notice at Section IV.1) the field/box relating to type of procedure may default to the term ‘Open’ does not mean that this procedure is being followed by the Commissioners.
II.2.1)Title:
In-reach Service (KS1 – KS4)
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
In-reach service (KS1 – KS4)
• offer in-reach support across all Key Stages to reduce the number of fixed-term and permanent exclusions across the County;
• must complement and support school inclusions strategies and procedures for pupils who may be at risk of disengagement and exclusions;
• in-reach support to mainstream schools to prevent exclusion (and repeat exclusion following reintegration)
• Pupil-focussed provision for individual integration and re-integration packages;
• provide a service to mainstream primary and secondary schools across Oxfordshire to support the inclusion of pupils at risk of disengagement & exclusion, working with school staff to build capacity and skills to meet the needs of pupils with similar needs and behaviours in the school;
• to include services that have a therapeutic impact on the Pupil.
II.2.5)Award criteria
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
The DPS term will be three years commencing 2 November 2020 with the option for the Council to extend the term of the DPS Agreement for an additional one plus 1 year terms (up to 2 years in aggregate).
II.2.10)Information about variants
II.2.11)Information about options
II.2.12)Information about electronic catalogues
II.2.13)Information about European Union funds
II.2.14)Additional information
The subject matter of this procurement process relates to the delivery of services which are listed to in schedule 3 to the regulations. As such the full regime set out in the regulations will not apply to the award of the framework contracts. Consequently, the procurement process adopted by the Commissioners has been developed in accordance with Regulation 76 of the regulations and in particular in accordance with the fundamental public procurement principles of transparency and equal treatment. For the avoidance of doubt this means that the Commissioners have not adopted the open procedure (as such term is defined in the regulations) for the undertaking of this procurement process. The fact that in this Contract Notice at Section IV.1) the field/box relating to type of procedure may default to the term ‘Open’ does not mean that this procedure is being followed by the Commissioners.
Section III: Legal, economic, financial and technical information
III.1.1)Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
Requirements for inclusion on the DPS are:
• evidence of relevant experience;
• evidence of local capacity to deliver services;
• offering relevant services;
• acceptable references;
• financial integrity;
• safeguarding arrangements which meet Oxfordshire County Council and Oxfordshire’s Children’s Safeguarding Board standards;
• appropriate record keeping.
III.1.2)Economic and financial standing
III.1.3)Technical and professional ability
Section IV: Procedure
IV.1.1)Type of procedure
IV.1.8)Information about the Government Procurement Agreement (GPA)
IV.2.2)Time limit for receipt of tenders or requests to participate
IV.2.4)Languages in which tenders or requests to participate may be submitted:
IV.2.6)Minimum time frame during which the tenderer must maintain the tender
IV.2.7)Conditions for opening of tenders
Section VI: Complementary information
VI.1)Information about recurrence
VI.4.1)Review body
Town: Oxford
Country: United Kingdom
E-mail: simon.robinson@oxfordshire.gov.uk
Telephone: +44 7554103444
VI.5)Date of dispatch of this notice: