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

Award

Description

Surrey County Council (SCC) has established 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. This contract award notice is for the admitted providers to the initial round of the DPS.
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.
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
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.
For the purposes of this Contract Award Notice, the overall estimated aggregate DPS value has been divided equally between each Lot however does not reflect the anticipated Lot spend or contract value. This will be determined based on the need of the individual at Stage 2: Contracting Stage and cannot be anticipated at this stage.

Documents

Premium

Bypass the hassle of outdated portals. Get all the information you need right here, right now.

  • Contract Agreement

    The official contract terms, conditions, and scopes of work.

    Download
  • Award Notice

    Details on the tender award and selected suppliers.

    Download

Similar Contracts

Open

Advantage Schools - ICT Managed Service

Advantage Schools encompasses circa 6.540 pupils cross 10 sites. The Trust is a mix of Primary and Secondary settings and is the result of a merger in September 2024 of The Shared Learning Trust and Advantage Schools. The vision of the Trust is to provide all children with the highest quality of teaching of an excellent academic curriculum, which enables them to become highly educated and to be full and active participants of society. We do not make exceptions in our high aspirations. The merger of The Shared Learning Trust with Advantage Schools came about because the ten schools agree that: • Every child should benefit from a broad, ambitious, knowledge-rich curriculum, taught by highly skilled teachers. • Every school must have a well-designed and well-sequenced curriculum, which ensures children build knowledge in a broad range of subjects before going on to specialise after the age of 16. • Every child must be taught this broad and ambitious curriculum in a school with high expectations and strong standards of behaviour. • All children can and will benefit disproportionately from being taught in this family of schools. The Trust is taking the opportunity to go to the market to identify the best innovative and forward-looking partner to support them in the delivery and development of their ICT provision over the next five years. The new service will be fully out-sourced and begin on the 27th July 2026 This procurement includes (but may not be limited to) the items listed below. • A core managed service, management of all ICT against an agreed SLA • 24 x 7 x 365 remote monitoring and management • A Service Desk, available 50 weeks a year including out of hours access • Local staffing which suppliers deem necessary to deliver the service and meet the SLA requirements - 50 weeks onsite in schools and the Head Office • Strategic advice and direction to the Trust regarding ICT • Responsibility for design, specification, installation, and management of all ICT infrastructure • Supply of goods and services based on an agreed Best Value approach • Management of 3rd parties where relevant to the ICT support • Relevant monitoring, management, patching • Regular performance reporting • CPD and training - digital skills and curriculum as necessary • There is an expectation that the provider will support and/or drive innovation • Maintain technical documentation • Maintain operational documentation, for example inventory management and risk registers • Collective partnership targets aligned to the Trust objectives • Suppliers may be required to deliver a range of technology and change management projects in addition to the providing the core managed service. Suppliers should note the following: • The Trust will provide a standard contract as part of the ITT Pack • There will be a requirement for TUPE from existing supplier and the Trust.

Katy Reed

Published 16 hours ago

AI Bid Assistant

Our AI-powered tool to help you create winning bids is coming soon!

View Contract Source Save Contract

Timeline complete

Publish
Bid
Evaluate
Award
Complete