Gwasanaethau cymdeithasol a gwasanaethau penodol eraill - public contracts
Hysbysiad contract
Adran I:
Endid
contractio
I.1) Enw a chyfeiriad
Lancashire County Council
Lancashire
UKD4
UK
E-bost: caphprocurement@lancashire.gov.uk
NUTS: UKD4
Cyfeiriad(au) rhyngrwyd
Prif gyfeiriad: http://www.lancashire.gov.uk
I.3) Cyfathrebu
Mae'r dogfennau caffael ar gael ar gyfer mynediad uniongyrchol anghyfyngedig a llawn, yn rhad ac am ddim ar:
https://www.lancashire.gov.uk/iSupplier/
Gellir cael gwybodaeth ychwanegol o'r cyfeiriad uchod
Rhaid anfon tendrau neu geisiadau i gymryd rhan i'r cyfeiriad uchod:
I.4) Y math o awdurdod contractio
Awdurdod rhanbarthol neu leol
I.5) Prif weithgaredd
Addysg
Adran II: Gwrthrych
II.1) Cwmpas y caffaeliad
II.1.1) Teitl
Special Educational Needs Services Associated with Wennington Hall School
II.1.2) Prif god CPV
80000000
II.1.3) Y math o gontract
Gwasanaethau
II.1.4) Disgrifiad byr
The outcome of the procurement is intended to meet the following objectives:
1) Education for the current cohort of pupils shall be provided for, at Wennington Hall School or other DFE registered site(s), where another site will deliver improved education provision and would not entail a greater travel requirement than to the current site.
2) The authority intends to lease the premises to the successful tenderer, then transfer ownership of Wennington Hall School property along with all associated liabilities, with these being taken on by the successful tenderer.
3) Provider utilisation of the Wennington Hall School site for specialist education provision and/or children's social care provision for a minimum of 7 years, from the service commencement date to meet market need.
Please see the tender documents for further information.
II.1.5) Cyfanswm gwerth amcangyfrifedig
Gwerth heb gynnwys TAW: 1 230 000.00 GBP
II.1.6) Gwybodaeth am lotiau
Mae’r contract hwn wedi’i rannu’n lotiau:
Na
II.2) Disgrifiad
II.2.2) Cod(au) CPV ychwanegol
85000000
II.2.3) Man cyflawni
Cod NUTS:
UK
II.2.4) Disgrifiad o’r caffaeliad
Wennington Hall School (WHS) is located in a large country house within 17 acres of attractive well maintained grounds in Wennington village in the picturesque Lune Valley, Lancashire, a rural setting north of Lancaster close to the Cumbria and North Yorkshire borders. It is designated as a community residential special school for young people with Social Emotional and Mental Health needs.
An Ofsted monitoring visit took place on 7 November 2017 which identified a number of improvements and set out areas for further improvement; and a further full inspection was carried out in July 2019 with the report published on 9 October 2019 with a continued judgement of Inadequate. To date, the Regional Schools Commissioner has been unable to identify a suitable sponsor, which has prompted the local authority to consider its options for the future of the school and its pupils.
The authority intends to commission a provider of special educational needs services associated with Wennington Hall School.
The anticipated value of the Services is approximately GBP 700 000 to GBP 1 230 000 for the delivery of services to the current cohort between September 2021 and the end of the academic year in 2024.
The authority value the WHS Property at GBP 2 750 000. Tenderers are required to submit their own valuation of the property within Appendix 5 – Pricing Schedule.
Note: details of value or potential future uptake is given in good faith to assist you in submitting your tender. They should not be interpreted as an undertaking that this will be the value of the services and do not form part of the agreement.
The agreement term for the services will be three years, if the service commencement date is September 2021.
The authority reserves the right to enter into negotiations with tenderers. The Authority may negotiate upon:
• the proposals to meet the procurement objectives and the service specification,
• the information submitted in the pricing schedule,
• other aspects of the submission impacted as a consequence of negotiating the areas identified above,
• for the avoidance of doubt the authority will not negotiate on what we consider to be our minimum requirements including the substantive terms and conditions as set out in the agreement, inclusive of its schedules the service specification, the lease agreement heads of terms.
Please see the Invitation to Tender document for more details regarding the tender procedure.
The tender can be found on the authority's oracle sourcing portal under the RFQ Number: 15268559. Amended versions of the tender are denoted at the end of the RFQ Number by a comma followed by an amendment number. Search results should display any and all amended versions of the tender. The latest version is determined as being the RFQ Number with the highest amendment number. You may only make a submission against the latest amendment. Where you have made a submission against a tender that is subsequently amended you will be required to resubmit prior to the submission deadline.
II.2.7) Hyd y contract, y cytundeb fframwaith neu’r system brynu ddynamig
Hyd mewn misoedd: 36
II.2.13) Gwybodaeth am Gronfeydd yr Undeb Ewropeaidd
Mae'r broses gaffael yn gysylltiedig â phrosiect a/neu raglen a ariennir gan gronfeydd yr Undeb Ewropeaidd:
Na
Section III: Gwybodaeth gyfreithiol, economaidd, ariannol a thechnegol
III.1) Amodau ar gyfer cymryd rhan
III.1.4) Rheolau a meini prawf gwrthrychol ar gyfer cymryd rhan
Tenderers are required to meet the requirements as set out in the selection criteria questionnaire and the evaluation criteria selection and award document, including criteria regarding their Ofsted registration and ratings (or equivalent).
Tenderers must be registered with the relevant regulatory body for the delivery of services.
Tenderers are asked to list all of their schools in England, Scotland and Wales, and their overall Ofsted ratings (or equivalent). Please see Section 7 'Ofsted (or equivalent) Registration and Rating'
Of the Invitation to Tender document for the full details of the requirements.
Additional Ofsted (or equivalent) requirements regarding the school(s) which tenderers intend to deliver the Services from are included within the Service Specification (Section 30).
III.2) Amodau sy’n gysylltiedig â’r contract
Section IV: Gweithdrefn
IV.1) Disgrifiad
IV.1.1) Y math o weithdrefn
Gweithdrefn sy’n cynnwys negodiadau
IV.1.3) Gwybodaeth am gytundeb fframwaith
Mae’r caffaeliad yn golygu y caiff cytundeb fframwaith ei sefydlu
IV.1.11) Prif nodweddion y weithdrefn ddyfarnu:
Quality criteria weighting is 60 %, 10 % of which is for social value, the price criteria weighting is 40 %.
IV.2) Gwybodaeth weinyddol
IV.2.2) Terfyn amser i dendrau neu geisiadau i gymryd rhan ddod i law
Dyddiad:
04/12/2020
Amser lleol: 10:00
IV.2.4) Ym mha iaith/ieithoedd y gellir cyflwyno tendrau neu geisiadau i gymryd rhan
EN
Section VI: Gwybodaeth ategol
VI.2) Gwybodaeth am lifau gwaith electronig
Defnyddir taliadau electronig
VI.4) Gweithdrefnau adolygu
VI.4.1) Corff adolygu
Royal Courts of Justice — The High Court
London
WC2A 2LL
UK
Ffôn: +44 2079476000
Cyfeiriad(au) rhyngrwyd
URL: https://courttribunalfinder.service.gov.uk/courts/royal-courts-of-justice
VI.4.4) Y gwasanaeth lle y gellir cael gwybodaeth am y weithdrefn adolygu
Lancashire County Council
Preston
PR1 8XJ
UK
VI.5) Dyddiad anfon yr hysbysiad hwn
22/10/2020