The Educational Development and Inclusion Service for children and young people with speech, language and communication needs will be vital in supporting our achievement of the Plan’s priorities.
Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s)
I.2)Type of the contracting authority
Regional or local authority
I.3)Main activity
General public services
Education
I.4)Contract award on behalf of other contracting authorities
The contracting authority is purchasing on behalf of other contracting authorities: no
Section II: Object of the contract
II.1)Description
II.1.1)Title attributed to the contract by the contracting authority:
Service for Children/Young People with Speech, Language and Communication Needs.
II.1.2)Type of contract and location of works, place of delivery or of performance
Services
Service category No 24: Education and vocational education services
Main site or location of works, place of delivery or of performance: Halton.
NUTS code UKD21
II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
The notice involves a public contract
II.1.4)Information on framework agreement
II.1.5)Short description of the contract or purchase(s)
The Educational Development and Inclusion Service for children and young people with speech, language and communication needs will be vital in supporting our achievement of the Plan’s priorities. The Plan states that child development at age 5 is a key challenge for Halton and a priority for both the Health and Wellbeing Board and Halton Children’s Trust, with speech and language noted as a priority area of work. Speech, language and communication is identified as key to supporting the families and schools of children and young people with Special Educational Needs and Disabilities, so that they can make good educational progress and have positive choices as they grow up.
II.1.6)Common procurement vocabulary (CPV)
II.1.7)Information about Government Procurement Agreement (GPA)
II.1.8)Lots
This contract is divided into lots: yes
Tenders may be submitted for one or more lots
II.1.9)Information about variants
Variants will be accepted: no
II.2)Quantity or scope of the contract
II.2.1)Total quantity or scope:
II.2.2)Information about options
Options: yes
Description of these options: An option to extend for a further 12 month period.
II.2.3)Information about renewals
This contract is subject to renewal: no
II.3)Duration of the contract or time limit for completion
Information about lots
Lot No: 1Lot title: Early Years
1)Short description
The educational development and inclusion of children aged 0-5 years with SLCN is a critical priority for Halton, particularly as a key part of achieving expected levels throughout all areas of the curriculum is oracy.
2)Common procurement vocabulary (CPV)
3)Quantity or scope
As Stated in the Specification.
4)Indication about different date for duration of contract or starting/completion
5)Additional information about lots
Lot No: 2Lot title: Special Educational Needs (SEN)
1)Short description
Integrated, effective provision to support the educational development, achievement, attainment and inclusion of children and young people with Special Educational Needs (SEN) who have or may develop identified Speech, Language and Communication Needs (SLCN) is a critical priority for Halton. This includes SLCN where indicated through statement of SEN in the classroom or through SEN Tribunal Service or SEN Ombudsman or where indicated through an Education, Health and Care (EHC) Plan.
2)Common procurement vocabulary (CPV)
3)Quantity or scope
As per Specification.
4)Indication about different date for duration of contract or starting/completion
5)Additional information about lots
Lot No: 3Lot title: Early Intervention
1)Short description
Halton Borough Council is keen to work with providers to develop and deliver innovative, proactive and highly effective speech, language and communication interventions, activities and programmes within an Early Intervention context. Development and delivery will take place within a strong, integrated partnership framework supported by all stakeholders.
2)Common procurement vocabulary (CPV)
3)Quantity or scope
As per Specification.
4)Indication about different date for duration of contract or starting/completion
5)Additional information about lots
Section III: Legal, economic, financial and technical information
III.1)Conditions relating to the contract
III.1.1)Deposits and guarantees required:
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
III.1.4)Other particular conditions
The performance of the contract is subject to particular conditions: no
III.2)Conditions for participation
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers
Information and formalities necessary for evaluating if the requirements are met: As per Mandatory Service Questionnaire.
III.2.2)Economic and financial ability
Information and formalities necessary for evaluating if the requirements are met: (1) All candidates will be required to provide evidence of relevant professional risk indemnity insurance.
(2) All candidates will be required to provide a statement, covering the 3 previous financial years including the overall turnover of the candidate and the turnover in respect of the activities which are of a similar type to the subject matter of this notice.
III.2.3)Technical capacity
III.2.4)Information about reserved contracts
III.3)Conditions specific to services contracts
III.3.1)Information about a particular profession
III.3.2)Staff responsible for the execution of the service
Section IV: Procedure
IV.1)Type of procedure
IV.1.1)Type of procedure
Open
IV.1.2)Limitations on the number of operators who will be invited to tender or to participate
IV.1.3)Reduction of the number of operators during the negotiation or dialogue
IV.2)Award criteria
IV.2.1)Award criteria
The most economically advantageous tender in terms of the criteria stated in the specifications, in the invitation to tender or to negotiate or in the descriptive document
IV.2.2)Information about electronic auction
An electronic auction will be used: no
IV.3)Administrative information
IV.3.1)File reference number attributed by the contracting authority:
9TFP-YB78HX
IV.3.2)Previous publication(s) concerning the same contract
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document
IV.3.4)Time limit for receipt of tenders or requests to participate
7.4.2015 – 19:30
IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates
IV.3.6)Language(s) in which tenders or requests to participate may be drawn up
English.
IV.3.7)Minimum time frame during which the tenderer must maintain the tender
IV.3.8)Conditions for opening of tenders
Date: 8.4.2015 – 10:00
Place:
Rutland House, Runcorn.
Section VI: Complementary information
VI.1)Information about recurrence
VI.2)Information about European Union funds
VI.3)Additional information
(MT Ref:150229).
VI.4)Procedures for appeal
VI.4.1)Body responsible for appeal procedures
VI.4.2)Lodging of appeals
VI.4.3)Service from which information about the lodging of appeals may be obtained
VI.5)Date of dispatch of this notice:
6.3.2015