Contract notice
Section I: Contracting
authority
I.1) Name and addresses
London Borough of Hackney
1 Reading Lane
Hackney
E8 1GQ
UK
Contact person: Sonya Kahlon
Telephone: +44 2083567076
E-mail: procurement.education@hackney.gov.uk
NUTS: UK
Internet address(es)
Main address: http://www.hackney.gov.uk
Address of the buyer profile: http://www.hackney.gov.uk
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge at:
https://www.londontenders.org/
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be sent electronically to:
https://www.londontenders.org/
I.4) Type of the contracting authority
Regional or local authority
I.5) Main activity
General public services
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
Hackney Education Independent and Non-Maintained Special Schools (INMSS) Accreditation
Reference number: DN585609
II.1.2) Main CPV code
80340000
II.1.3) Type of contract
Services
II.1.4) Short description
Hackney Education is ambitious about improving outcomes for children and young people with special educational needs and disabilities (SEND). Working together with stakeholders, we ensure the individual needs of children and young people in the borough are met with the right support, enabling them to benefit from education, skills and employment opportunities to succeed in life. If you are an independent or non-maintained special school (INMSS) and are educating Hackney pupils, you can apply for a contract and become accredited with Hackney Education via the London Tender Portal. The INMSS accreditation process provides flexibility as new providers can, having met the exclusion and selection criteria, join throughout its duration. There is no limit to the number of providers who can be accredited, and providers who are unsuccessful may re-apply at any time. The accreditation process will be managed online via Hackney's e-procurement portal ProContract under reference DN585609.
II.1.5) Estimated total value
Value excluding VAT:
4 500 000.00
GBP
II.1.6) Information about lots
This contract is divided into lots:
No
II.2) Description
II.2.2) Additional CPV code(s)
80100000
80200000
80300000
II.2.3) Place of performance
NUTS code:
UK
II.2.4) Description of the procurement
Hackney Education is establishing a three year Pseudo Dynamic Purchasing System (PDPS) in compliance with the Light Touch Regime outlined in the Public Contracts Regulations 2015. A PDPS can be used by authorities, where there are a number of providers capable of delivering the services needed and where an element of user choice at the call-off stage is necessary. Providers are required to complete the online accreditation form and submit due diligence documents. The accreditation will be assessed on a pass/ fail basis and all criteria are stated in the procurement documents. Providers who pass the accreditation will be awarded the National Schools and Colleges Contract. A Schedule 2 Individual Placement Agreement will then be implemented for each Hackney learner. The following settings are able to apply to become accredited: Independent Registered School Setting (Primary or Secondary), Non-Maintained Special Schools (Primary or Secondary), 16 to 19 Special Post 16 Institution and Alternative Provision (One-to-one or small group provision at home and in the community).
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated value
Value excluding VAT:
4 500 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 36
This contract is subject to renewal: No
II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted:
No
II.2.11) Information about options
Options:
No
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
No
Section III: Legal, economic, financial and technical information
III.1) Conditions for participation
III.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions:
Please refer to Selection Questionnaire. In accordance with Articles 57 to 63 of Directive 2014/24/EU of the European Parliament and of the Council and Regulations 57 to 63 of the Public Contracts Regulations 2015 (as amended) and as set out in the Selection Questionnaire available from the portal address www.londontenders.org.
III.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
III.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
III.1.5) Information about reserved contracts
The contract is reserved to sheltered workshops and economic operators aiming at the social and professional integration of disabled or disadvantaged persons.
III.2) Conditions related to the contract
III.2.1) Information about a particular profession
Participation is reserved to a particular profession: Yes
Reference to the relevant law, regulation or administrative provision:
Please refer to Selection Questionnaire and procurement documents.
III.2.2) Contract performance conditions
Please refer to procurement documents.
III.2.3) Information about staff responsible for the performance of the contract
Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract
Section IV: Procedure
IV.1) Description
IV.1.1) Type of procedure
Restricted procedure
IV.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the setting up of a dynamic purchasing system
IV.1.8) Information about Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement:
Yes
IV.2) Administrative information
IV.2.2) Time limit for receipt of tenders or requests to participate
Date:
31/07/2025
Local time: 12:00
IV.2.4) Languages in which tenders or requests to participate may be submitted
EN
Section VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement:
Yes
VI.4) Procedures for review
VI.4.1) Review body
High Court of Justice
London
UK
VI.5) Date of dispatch of this notice
01/04/2022