Contract notice

Information

Published

Expire date: 19/09/2026

External Reference: 2022-508213

FTS Reference: 2022-021890

Contract notice

Contract notice

Section I: Contracting authority

I.1)

Name and addresses

North Yorkshire County Council
8867655
County Hall, Racecourse Lane,
Northallerton
DL7 8AD
UK
Contact person: Tim Wood
Telephone: +44 1609533450
NUTS code:  UKE22 -  North Yorkshire CC
Internet address(es):
I.3)

Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at:  
https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=47181&B=UK
Additional information can be obtained from
the abovementioned address:  
Tenders or requests to participate must be submitted
Tenders or requests to participate must be submitted
to the abovementioned address
Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at:  https://yortender.eu-supply.com/login.asp?B=YORTENDER
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

Provision of Services to the North Yorkshire Locality Boards
II.1.2)

Main CPV code

80000000  -  Education and training services
II.1.3)

Type of contract

Services
II.1.4)

Short description

North Yorkshire County Council aims to establish an approved provider list to facilitate commissioning by the Locality Boards to develop educational provision and practice within the area, through collaboration and agreement of shared priorities, which include both school improvement and services for children with SEND.
The Framework will also support wider work for school improvement in relation to schools causing concern and any other school improvement externally commissioned support services.
II.1.5)

Estimated total value

Value excluding VAT: 4090696.00  GBP
II.1.6)

Information about lots

This contract is divided into lots: no
II.2)

Description

II.2.2)

Additional CPV code(s)

80000000  -  Education and training services
80100000  -  Primary education services
80200000  -  Secondary education services
80500000  -  Training services
48000000  -  Software package and information systems
II.2.3)

Place of performance

NUTS code:  UKE22 -  North Yorkshire CC
II.2.4)

Description of the procurement

North Yorkshire County Council aims to establish an approved provider list to facilitate commissioning by the Locality Boards to develop educational provision and practice within the area, through collaboration and agreement of shared priorities, which include both school improvement and services for children with SEND.
The Framework will also support wider work for school improvement in relation to schools causing concern and any other school improvement externally commissioned support services.
II.2.5)

Award criteria

Criteria below
Quality criterion  -  Name:  Case Study  /  Weighting:  40
Quality criterion  -  Name:  Partnerships  /  Weighting:  30
Quality criterion  -  Name:  Resilience  /  Weighting:  30
Price  -  Weighting:  0
II.2.6)

Estimated value

Value excluding VAT: 4090696.00  GBP
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 48
This contract is subject to renewal: no
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
II.2.14)

Additional information

All documents published on Yortender.

Section III: Legal, economic, financial and technical information

III.1)

Conditions for participation

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.2)

Conditions related to the contract

III.2.2)

Contract performance conditions

Contract management would be agreed for each individual project, with a manager and schedule assigned depending on the theme and length of the project. Overall contract management responsibility will sit with the locality board, specifically the Locality Inclusion Manager and the Head of School Improvement. Contracts in relation to schools causing concern would be the responsibility of the Head of School Improvement and recorded on the school’s SPIP. Proposed KPIs would be discussed, refined and agreed by the board and supplier before the start of the contract

Section IV: Procedure

IV.1)

Description

IV.1.1)

Type of procedure

Open procedure
IV.1.8)

Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement : no
IV.2)

Administrative information

IV.2.2)

Time limit for receipt of tenders or requests to participate

Date:  19/09/2026
Local time:  12:00
IV.2.4)

Languages in which tenders or requests to participate may be submitted

English
IV.2.6)

Minimum time frame during which the tenderer must maintain the tender

Duration in months : 6  (from the date stated for receipt of tender)
IV.2.7)

Conditions for opening of tenders

Date:  19/09/2026
Local time:  12:00
Place:  
Procurement and Contract Management, North Yorkshire County Council, County Hall, Northallerton, DL7 8AD
Information about authorised persons and opening procedure:  
An independent member of the Procurement and Contract Management section will verify the tenders through our e-tendering system (YORtender). The APL is open throughout the APL.

Section VI: Complementary information

VI.1)

Information about recurrence

This is a recurrent procurement:  no
VI.2)

Information about electronic workflows

Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
VI.3)

Additional information

To access the tender documents you must register your organisation details on the YORtender system at https://yortender.eu-supply.com/login.asp?B=YORTENDER.
If you have specific technical system issues, please utilise the following email address or phone number:
• Email: support@eu-supply.com
• Phone: 0800 840 2050 during office hours only (09:00 – 17:00)
The Authority will accept no responsibility for difficulties during the process of submission.
VI.4)

Procedures for review

VI.4.1)

Review body

High Court of England and Wales
The Strand
London
UK

VI.4.2)

Body responsible for mediation procedures

N/A
N/A
UK

VI.4.3)

Review procedure

Precise information on deadline(s) for review procedures: 
Precise information on deadline(s) for review procedures:
North Yorkshire County Council shall in accordance with the Public Contracts (Amendment) Regulations 2015, incorporate a minimum 10 day standstill period commencing at the point that information on the intention to award the contract is sent to tenderers.
The Council shall, as soon as possible after the decision has been made, inform the tenderers and candidates of its decision, and shall do so by notice in writing by the most rapid means of communication practicable.
Should additional information be required, please contact the person cited in paragraph I.1) of this form. If an appeal regarding the award of a contract has not been successfully resolved, Public Contracts Regulations2015 (SI 2015 No 6) provide for aggrieved parties who have been harmed or are at risk of harm by a breach of the rules to take action in the High Court (England and Wales).
Any such action must be started within 30 days beginning with the date when the aggrieved party first knew or ought to have known that grounds for starting the proceedings had arisen. Where a contract has not been entered into the Court may order the setting aside of the award decision or order the authority to amend any document and may award damages. Following the 10 day standstill period, if no further debriefing has been requested, the Court may only award damages once the contract has been entered into.
VI.4.4)

Service from which information about the review procedure may be obtained

The Royal Courts of Justice
The Strand
London
WC2A 2LL
UK
Telephone: +44 2079476000