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

THE PROVISION OF DOMESTIC ABUSE AND VIOLENCE AGAINST WOMEN AND GIRLS SUPPORT SERVICES

London borough of Haringey ("the Council") invites tenders from suitably experienced and qualified providers to deliver the provision of domestic abuse and violence against women and girls support services for Haringey residents. The service will be procure in 6 individual Lots. Tenderers may submit tenders for one, some or all Lots. A maximum of up to three (3) Lots may be awarded to one Tenderer. Any bid must not exceed the maximum financial envelope stipulated. Any bid that exceeds this criterion will be viewed as non-compliant and will be rejected without further assessment. The contract will be awarded to the Most Advantageous Tender (MAT). MAT for this contract is Quality 60%, Social Value 10% and Price 30%. Tender submissions will be subject to minimum quality thresholds. Tenderers must be aware that TUPE will apply to these services, subject to the right of employees to object to transferring, and subject to the possibility of the existing providers reassigning employees to other services prior to the transfer. Further details will be available in the invitation to tender. All costs must be incorporated within the pricing schedule provided. The pricing schedule will be evaluated as further described in the Tender documents. The Council does not accept any liability for additional costs associated with TUPE not included within the price submitted. The Council will be using the Open Tender Procedure. Invitation to Tender documentation for this opportunity will be available on Haringey Procurement and Contract System (HPCS) e-sourcing portal, which can be accessed using the below link: https://s2c.waxdigital.co.uk/ProcurementLBHaringey/ Click on 'Open Opportunities' and follow the instructions on screen. The Portal is free of charge - to register please click on 'Register Here' and complete the account registration form. Once registered, log in and select 'Join Opportunity'. If already registered, Tenderers do not need to register again and may simply use their existing usernames and passwords. Tenderers wishing to be considered for this tendering opportunity must complete the tender documents and return them electronically via the Council`s e-tendering portal. Please note, tenders submitted any other means than HPCS portal will not be accepted. Please note: the closing date for submission of tenders is 13:00 hours, Monday 4th August 2025. Late submissions will not be accepted. The council considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs) and/or Voluntary, Community and Social Enterprises (VCSEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement.

Katy Reed

Published 1 day ago
Open

North Northamptonshire Council - Framework for the Provision of Drug & Alcohol Services for North Northamptonshire

North Northamptonshire Council (hereafter referred to as the "Council") wishes to invite Tender Responses for the Framework for the Provision of Drug & Alcohol Services for North Northamptonshire. In North Northamptonshire, the Council are imagining the future, setting aside the everyday problems that stifle creative thinking and imagining how we make North Northamptonshire the best possible place to live in 2050. Every decision we make focuses our energies and plans to make that a reality. Our commissioning focuses on prevention and associated actions that will enable people to live their best lives. This service specification has been developed to set out North Northamptonshire Council's requirements for drug and alcohol services that will aim to deliver a recovery focused treatment system. The specification also details delivery of system objectives and interventions to address the identified drug and alcohol related needs. The aim is to reshape the current adult drug and alcohol service provision into a whole-systems, integrated drug and alcohol treatment pathway. Our goal is to increase the number of people able to achieve sustained recovery from dependence by providing individualised support and care to reduce harms caused by addiction and dependence. North Northamptonshire Council have high aspirations; every child in North Northamptonshire will have the best start in life and achieve everything they are capable of in childhood and adulthood. We believe that with the proper support, more young people will be in good physical and emotional health, thrive at school and have set strong foundations for adulthood. Our young people deserve services that support their development with professionals who are as invested in their success as we are. The Council proposes to enter into one (1) Contract for an initial period of 60 months with the preferred Potential Supplier for Lot 1: Specialist Alcohol & Drug Services (Adults) and Lot 2: Young People's (11-25) Drug & Alcohol Support, Intervention & Wellbeing Service with an option to extend for 24+24 months, making 108 months in total. The contract for this project will be awarded via the Open Process, subject to the Health Care Services (Provider Selection Regime) Regulations 2023. For the avoidance of doubt, the provisions of the Public Contracts Regulations 2015 do not apply to this award.

Katy Reed

Published 1 day 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