Tender

Whole School Approaches to Nurture

  • Kent County Council

F02: Contract notice

Notice identifier: 2021/S 000-006563

Procurement identifier (OCID): ocds-h6vhtk-02a114

Published 30 March 2021, 4:19pm



Section one: Contracting authority

one.1) Name and addresses

Kent County Council

Sessions House

Maidstone

ME14 1XQ

Contact

Ms Amy Merritt

Email

amy.merritt@kent.gov.uk

Country

United Kingdom

NUTS code

UKJ4 - Kent

Internet address(es)

Main address

http://www.kent.gov.uk

Buyer's address

http://www.kent.gov.uk

one.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at

https://procontract.due-north.com/Advert/Index?advertId=306bfba5-b63f-eb11-8106-005056b64545

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://procontract.due-north.com/Advert/Index?advertId=306bfba5-b63f-eb11-8106-005056b64545

one.4) Type of the contracting authority

Regional or local authority

one.5) Main activity

General public services


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Whole School Approaches to Nurture

Reference number

DN515582

two.1.2) Main CPV code

  • 80000000 - Education and training services

two.1.3) Type of contract

Services

two.1.4) Short description

Kent County Council is looking for an organisation or consortium of organisations to deliver a programme of accredited, evidence-based training and consultancy support to mainstream primary and secondary schools in Kent, to enable them to establish and embed Whole School Approaches to Nurture.

The concept of ‘nurture’ in an education setting is built on the principle that all behaviour is a form of communication, and that by focussing on the root causes of presenting behaviours (which may appear challenging), responses can be better adapted to improve outcomes for individual children and young people, both academically and emotionally. There is a broad evidence-base outlining the efficacy of Nurture models, which can lead to improved emotional wellbeing, engagement in education and reduced exclusions, particularly for children and young people with social, emotional and mental health (SEMH) needs. Through focussing on a whole-school approach to Nurture, the service will aim to improve the social and emotional wellbeing of all children and young people in participating schools, with specific focus on improving a range of outcomes for children and young people with SEMH needs.

The offer to schools must involve training and on-going consultancy support in implementing both whole-school approaches and targeted Nurture provision for those with more significant SEMH needs. It will also include providing schools with a complementary accredited tool to measure pupils' emotional wellbeing, and offering training and support to schools in applying the tool successfully throughout the programme. This will require a secure platform to store and track pupil wellbeing information electronically.

We are looking for a provider with experience of delivering evidence-based programmes of Nurture training to schools at scale that have already been externally evaluated, and which offer the opportunity for participating schools to gain a recognised accreditation.

two.1.5) Estimated total value

Value excluding VAT: £900,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 80100000 - Primary education services
  • 80200000 - Secondary education services
  • 80500000 - Training services

two.2.3) Place of performance

NUTS codes
  • UKJ4 - Kent

two.2.4) Description of the procurement

The Whole School Approaches to Nurture Service will provide training and consultancy support over 3 years to enable a minimum of 300 schools (by the end of Year 3) to develop and implement their own whole-school approaches to Nurture, working within an evidence-based, accredited framework. The offer will include training and consultancy support for schools in relation to whole school approaches to Nurture, the development and practical implementation of school-level Nurture Groups, as well as delivering against the wider core objectives set out in the Service Specification. This will include supporting schools to engage positively with parents /carers as partners in developing whole school and individual nurture strategies, facilitating informal networks of participating schools, and working in close collaboration with local partners and practitioners to support the longer-term sustainability of the model beyond the contract lifetime.

The service will also provide all participating schools with a secure, evidence-based, accredited tool to assess emotional well-being and will train and support schools in using this tool and identifying appropriate nurture strategies in response to identified needs.

The overall intended outcomes of the service will be as follows:

1. All children and young people in participating schools have improved social and emotional wellbeing.

2. Pupils with Special Educational Needs and/or Disabilities (SEND), and particularly those with SEMH needs, in participating schools demonstrate improved emotional wellbeing, attendance, and educational engagement.

3. Staff in schools participating in Whole School Nurture training are better able to respond to the social and emotional needs of all children and young people and in particular those with SEMH needs.

It is KCC's intention to award the contract for 3 years, to begin in September 2021. The maximum contract value over the contract lifetime will be £900,000.

This procurement process is being conducted in accordance with the Light Touch Regime as it involves the purchase of educational and training services which are included in Schedule 3 of The Public Contracts Regulations 2015. This will therefore be a bespoke two-stage tender process with an optional negotiation period. Tenderers are initially asked to return their responses to the Mandatory Selection Questions by 12.00 (midday) on the 19th April 2021. These responses will be evaluated and it is anticipated that the Invitation to Tender documents will be released to providers who have been selected from the Mandatory Selection Questions on the 27th April 2021. Please see the full advert for further details.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.6) Estimated value

Value excluding VAT: £900,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

36

This contract is subject to renewal

No

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Restricted procedure

four.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

four.2) Administrative information

four.2.2) Time limit for receipt of tenders or requests to participate

Date

19 April 2021

Local time

12:00pm

four.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates

27 April 2021

four.2.4) Languages in which tenders or requests to participate may be submitted

English


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.3) Additional information

This procurement process is being conducted in accordance with the Light Touch Regime as it involves the purchase of educational and training services which are included in Schedule 3 of The Public Contracts Regulations 2015. The proposed procurement process, procedure for selecting suppliers to take part in negotiation and award criteria is set out in full in the draft Invitation to Tender documents.

Please see the full advert for the draft Specification and draft ITT. Tenderers should note that these documents are issued in draft form for information only at this stage and may be subject to change.

six.4) Procedures for review

six.4.1) Review body

Kent County Council

County Hall, Sessions House

Maidstone

ME14 1XQ

Country

United Kingdom