Notice Information
Notice Title
Contract for the Provision of Key Stage 4 Day 6 Services
Notice Description
Lot Information
Lot 1
The contracting authority requires appropriate alternative arrangements for the provision of education of the original 12 places plus an additional 5 places for Day 6 provision following a permanent exclusion in KS4, for a period of 2 academic years and with an option to extend for a further 3 academic years. The contract period of from 1st September 2017 to 31st August 2019 (with an option to extend by three further years). Day 6 provision must be fully inclusive and cover the areas defined in the revised Service Specification, as per the variation issued in July 2021. The specification was updated for 2021/22 to: - redefine and clarify the service provider's responsibilities, - revise the services required, outcomes achieved and KPIs for curriculum activity, promoting & supporting services and meeting learner needs, and - incorporate pupil outcome targets. During 2021/22 the contract provides for up to 17 learners requiring access to full-time education from Day 6 of their absence from school primarily as a result of permanent exclusion. Where overall occupancy of Day 6 provision exceeds 17 full time places, the LA require the provider to allow occupancy to increase where higher needs may exist and additional provision is required according to local need. Any additional places will be charged at the agreed standard 20 week placement cost. Where learner support arrangements do not require the full-time placement over 20 weeks, the required reintegration support will be provided to the learner where it is appropriate to do so according to placement review through the Fair Access Panel and where individual assessment outcomes determine. E.g. Where a learner requires 15 weeks of provision, the remaining 5 weeks of provision support is provided and invested in specialist reintegration support to secure the learner's successful return to mainstream school. The specific nature of the reintegration support required by learners is to be determined through co-productive planning with the student, receiving mainstream school, parent/carers and other key stakeholders. Where learner support arrangements require over and above a 20 week Day 6 placement, early assessment outcomes provided by the provider will indicate this by week 4 of the learner placement and in agreement with the LA, further specialist assessment or referral for EHCN assessment may be the appropriate next step to undertake co-productively with the learner and their family. The provider will follow the local referral process for EHCNA. Any extension to provision within a PIVOT setting will be agreed on the understanding that provision remains well-matched to learner needs and will be subject to pro-rata costings monthly according to the requirement for provision beyond Day 6. An estimate of costs for extended placement at PIVOT will be required by the LA by week 12.
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-h6vhtk-02eb3d
- Publication Source
- Find A Tender Service
- Latest Notice
- https://www.find-tender.service.gov.uk/Notice/025552-2021
- Current Stage
- Award
- All Stages
- Award
Procurement Classification
- Notice Type
- Award Notice
- Procurement Type
- Standard
- Procurement Category
- Services
- Procurement Method
- Not Specified
- Procurement Method Details
- Not specified
- Tender Suitability
- Not specified
- Awardee Scale
- SME
Common Procurement Vocabulary (CPV)
- CPV Divisions
80 - Education and training services
-
- CPV Codes
80200000 - Secondary education services
Notice Value(s)
- Tender Value
- Not specified
- Lots Value
- Not specified
- Awards Value
- Not specified
- Contracts Value
- £900,730 £500K-£1M
Notice Dates
- Publication Date
- 13 Oct 20214 years ago
- Submission Deadline
- Not specified
- Future Notice Date
- Not specified
- Award Date
- 22 May 20178 years ago
- Contract Period
- Not specified - Not specified
- Recurrence
- Not specified
Notice Status
- Tender Status
- Not Specified
- Lots Status
- Not Specified
- Awards Status
- Active
- Contracts Status
- Active
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- KIRKLEES COUNCIL
- Contact Name
- Stacey Gilman
- Contact Email
- stacey.gilman@kirklees.gov.uk
- Contact Phone
- +44 1484221000
Buyer Location
- Locality
- HUDDERSFIELD
- Postcode
- HD1 2NF
- Post Town
- Huddersfield
- Country
- England
-
- Major Region (ITL 1)
- TLE Yorkshire and The Humber
- Basic Region (ITL 2)
- TLE4 West Yorkshire
- Small Region (ITL 3)
- TLE44 Calderdale and Kirklees
- Delivery Location
- TLE44 Calderdale and Kirklees
-
- Local Authority
- Kirklees
- Electoral Ward
- Newsome
- Westminster Constituency
- Huddersfield
Further Information
Open Contracting Data Standard (OCDS)
View full OCDS Record for this contracting process
The Open Contracting Data Standard (OCDS) is a framework designed to increase transparency and access to public procurement data in the public sector. It is widely used by governments and organisations worldwide to report on procurement processes and contracts.
{
"tag": [
"compiled"
],
"id": "ocds-h6vhtk-02eb3d-2021-10-13T10:27:20+01:00",
"date": "2021-10-13T10:27:20+01:00",
"ocid": "ocds-h6vhtk-02eb3d",
"description": "Any selection of economic operators was based solely on the criteria set out for the procurement, and the Contract awarded to the most economically advantageous tender. The contracting authority has made a decision not to break this contract into lots, because in the Council's reasonable opinion it would not be financially viable for the Council to sub-divide provision of the Service further than providing for the estimated twelve (12) day, six (6) provision places per annum.",
"initiationType": "tender",
"tender": {
"id": "KMCLS-001",
"legalBasis": {
"id": "32014L0024",
"scheme": "CELEX"
},
"title": "Contract for the Provision of Key Stage 4 Day 6 Services",
"classification": {
"scheme": "CPV",
"id": "80200000",
"description": "Secondary education services"
},
"mainProcurementCategory": "services",
"lots": [
{
"id": "1",
"description": "The contracting authority requires appropriate alternative arrangements for the provision of education of the original 12 places plus an additional 5 places for Day 6 provision following a permanent exclusion in KS4, for a period of 2 academic years and with an option to extend for a further 3 academic years. The contract period of from 1st September 2017 to 31st August 2019 (with an option to extend by three further years). Day 6 provision must be fully inclusive and cover the areas defined in the revised Service Specification, as per the variation issued in July 2021. The specification was updated for 2021/22 to: - redefine and clarify the service provider's responsibilities, - revise the services required, outcomes achieved and KPIs for curriculum activity, promoting & supporting services and meeting learner needs, and - incorporate pupil outcome targets. During 2021/22 the contract provides for up to 17 learners requiring access to full-time education from Day 6 of their absence from school primarily as a result of permanent exclusion. Where overall occupancy of Day 6 provision exceeds 17 full time places, the LA require the provider to allow occupancy to increase where higher needs may exist and additional provision is required according to local need. Any additional places will be charged at the agreed standard 20 week placement cost. Where learner support arrangements do not require the full-time placement over 20 weeks, the required reintegration support will be provided to the learner where it is appropriate to do so according to placement review through the Fair Access Panel and where individual assessment outcomes determine. E.g. Where a learner requires 15 weeks of provision, the remaining 5 weeks of provision support is provided and invested in specialist reintegration support to secure the learner's successful return to mainstream school. The specific nature of the reintegration support required by learners is to be determined through co-productive planning with the student, receiving mainstream school, parent/carers and other key stakeholders. Where learner support arrangements require over and above a 20 week Day 6 placement, early assessment outcomes provided by the provider will indicate this by week 4 of the learner placement and in agreement with the LA, further specialist assessment or referral for EHCN assessment may be the appropriate next step to undertake co-productively with the learner and their family. The provider will follow the local referral process for EHCNA. Any extension to provision within a PIVOT setting will be agreed on the understanding that provision remains well-matched to learner needs and will be subject to pro-rata costings monthly according to the requirement for provision beyond Day 6. An estimate of costs for extended placement at PIVOT will be required by the LA by week 12.",
"contractPeriod": {
"durationInDays": 1440
}
}
],
"items": [
{
"id": "1",
"deliveryAddresses": [
{
"region": "UKE44"
}
],
"deliveryLocation": {
"description": "Kirklees"
},
"relatedLot": "1"
}
]
},
"awards": [
{
"id": "025552-2021-KMCLS-001-1",
"relatedLots": [
"1"
],
"title": "Contract for the Provision of Key Stage 4 Day 6 Services",
"status": "active",
"suppliers": [
{
"id": "GB-FTS-31500",
"name": "Pivot Educational Consultancy Limited t/a Pivot"
}
]
}
],
"parties": [
{
"id": "GB-FTS-13231",
"name": "Kirklees Council",
"identifier": {
"legalName": "Kirklees Council"
},
"address": {
"streetAddress": "Civic Centre 1, High Street",
"locality": "HUDDERSFIELD",
"region": "UKE44",
"postalCode": "HD1 2NF",
"countryName": "United Kingdom"
},
"contactPoint": {
"name": "Stacey Gilman",
"telephone": "+44 1484221000",
"email": "stacey.gilman@kirklees.gov.uk"
},
"roles": [
"buyer"
],
"details": {
"url": "https://www.kirklees.gov.uk",
"buyerProfile": "https://www.yortender.co.uk"
}
},
{
"id": "GB-FTS-31500",
"name": "Pivot Educational Consultancy Limited t/a Pivot",
"identifier": {
"legalName": "Pivot Educational Consultancy Limited t/a Pivot"
},
"address": {
"streetAddress": "Rawfolds Way, Spen Valley Industrial Estate",
"locality": "Cleckheaton",
"region": "UKE44",
"postalCode": "BD19 5LJ",
"countryName": "United Kingdom"
},
"roles": [
"supplier"
],
"details": {
"scale": "sme"
}
},
{
"id": "GB-FTS-31501",
"name": "High Court",
"identifier": {
"legalName": "High Court"
},
"address": {
"locality": "N/A",
"countryName": "United Kingdom"
},
"roles": [
"reviewBody"
]
}
],
"buyer": {
"id": "GB-FTS-13231",
"name": "Kirklees Council"
},
"contracts": [
{
"id": "025552-2021-KMCLS-001-1",
"awardID": "025552-2021-KMCLS-001-1",
"title": "Contract for the Provision of Key Stage 4 Day 6 Services",
"status": "active",
"value": {
"amount": 900730,
"currency": "GBP"
},
"dateSigned": "2017-05-23T00:00:00+01:00",
"period": {
"durationInDays": 1800
},
"items": [
{
"id": "1",
"classification": {
"scheme": "CPV",
"id": "80200000",
"description": "Secondary education services"
},
"deliveryAddresses": [
{
"region": "UKE44"
}
],
"deliveryLocation": {
"description": "Kirklees"
},
"relatedLot": "1"
}
],
"amendments": [
{
"id": "1",
"description": "The contract has been extended by an additional year, by varying the contract and amending the extension provision from 2 years to 3 years. Changes have also been made to the service specification to further clarify the service and also increase the number of places for KS4 Day 6 provision from 12 to 17 for the final 12 months of the contract, from 1st September 2021 to 31st August 2022.",
"rationale": "Need for modification brought about by circumstances which a diligent contracting authority/entity could not foresee: This modification has been brought about by the Covid-19 pandemic and the impact this has had on all businesses and the economy as a whole. The modification does not alter the nature of the actual service being delivered, but instead extends the expiry of the existing contract for a further 12 months. This allows for continuation of current service delivery and provides additional time for a full service review of schools Alternative Provision within Kirklees and the delayed tender process for the new contract. The modification does not exceed 50% of the value of the original contract. The modification is considered by the contracting authority to not be substantial and therefore to be within the exception set out in Regulation 72(1)(e)."
}
]
}
],
"links": [
{
"rel": "prev",
"href": "https://ted.europa.eu/udl?uri=TED:NOTICE:204281-2017:TEXT:EN:HTML"
}
],
"language": "en"
}