Alternative Provision Framework – Wolverhampton
The City of Wolverhampton Council is seeking to commission a range of AP providers which drive, support and improve pupils’ engagement and inclusion whilst promoting choice and delivering best value for money.
United Kingdom-Wolverhampton: Education and training services
2020/S 104-252567
Contract notice
Services
Directive 2014/24/EU
Section I: Contracting authority
I.1)Name and addresses
Postal address: Civic Centre, St Peters Square
Town: Wolverhampton
NUTS code: UKG WEST MIDLANDS (ENGLAND)
Postal code: WV1 1RL
Country: United Kingdom
Contact person: Mr Yannick Mukendi
E-mail: yannick.mukendi2@wolverhampton.gov.uk
Telephone: +44 1902554949
Address of the buyer profile: http://www.wolverhampton.gov.uk
I.3)Communication
I.4)Type of the contracting authority
I.5)Main activity
Section II: Object
II.1.1)Title:
CWC19067 Alternative Provision — Flexible Framework
II.1.2)Main CPV code
II.1.3)Type of contract
II.1.4)Short description:
The City of Wolverhampton Council is seeking to commission a range of AP providers which drive, support and improve pupils’ engagement and inclusion whilst promoting choice and delivering best value for money. The aim is that there will be a range of provisions that can meet the diverse range of needs and circumstances of children and young people.
The service model will be established as a rolling flexible framework under the Light Touch Regime as set out in the Public Contract Regulations 2015. The framework will develop as required and it will re-open periodically to enable new providers who meet the evaluation criteria to join. Existing providers on the framework will remain on the framework under the provisions of their individual framework agreement and they will not be required to re-join at each round.
This framework will be accessible by both the City of Wolverhampton Council and state education providers in Wolverhampton.
The service model consists of four lots:
• Lot 1: Primary Phase Provision for Permanently Excluded Pupils,
• Lot 2: Primary Phase Inclusion and Engagement,
• Lot 3: Secondary Phase Provision for Permanently Excluded Students,
• Lot 4: Secondary Phase Inclusion and Engagement.
Providers can bid to deliver provisions across a single lot or multiple lots. Further information, including evaluation criteria can be found within Appendix 2: instruction to tender. The framework will be initially for a 3 years duration, with an option to extend for a further 2 years. It will run from 1 September 2020 to 31 August 2023 (with an option to extend up to 31 August 2025).
II.1.5)Estimated total value
II.1.6)Information about lots
II.2.1)Title:
Lot 1: Primary Phase Provision for Permanently Excluded Pupils
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
Lot 1: Primary phase provision for permanently excluded pupils.
II.2.5)Award criteria
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.1)Title:
Lot 2: Primary Phase Inclusion and Engagement
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
Lot 2: Primary phase inclusion and engagement.
II.2.5)Award criteria
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.1)Title:
Lot 3: Secondary Phase Provision for Permanently Excluded Students
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
Lot 3: Secondary phase provision for permanently excluded students.
II.2.5)Award criteria
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.1)Title:
Lot 4: Secondary Phase Inclusion and Engagement
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
Lot 4: Secondary phase inclusion and engagement.
II.2.5)Award criteria
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
Section III: Legal, economic, financial and technical information
III.2.3)Information about staff responsible for the performance of the contract
Section IV: Procedure
IV.1.1)Type of procedure
IV.1.3)Information about a framework agreement or a dynamic purchasing system
Rolling flexible framework periodically opened to allow new entrants.
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.2.7)Conditions for opening of tenders
Section VI: Complementary information
VI.1)Information about recurrence
VI.4.1)Review body
Town: Wolverhampton
Country: United Kingdom
VI.5)Date of dispatch of this notice: