Tender

Strategic Framework for development and implementation of the SIGN programme

  • Norfolk County Council

UK4: Tender notice - Procurement Act 2023 - view information about notice types

Notice identifier: 2026/S 000-010489

Procurement identifier (OCID): ocds-h6vhtk-060635 (view related notices)

Published 5 February 2026, 1:46pm



Scope

Reference

NCCT43288

Description

Norfolk County Council (NCC) has been procuring contracts for social investor provider partnerships over the last few years as part of a wider programme of social inclusion, and is now putting in place a framework agreement to better enable departments within the council to bring on board social investors for its social inclusion projects.

This strategic framework seeks to support long-term partnerships between funders, investors, outcome payers and Norfolk delivery partners in developing and implementing a wide range of investment projects aligned to UK government policy, NCC strategic objectives and the Norfolk Local Growth Plan. NCC are keen to see partnerships that deliver higher impact for beneficiaries, delivery partners and NCC commissioners.

Norfolk County Council is seeking Social Investors to support its departments in its social inclusion goals over the next few years. This framework agreement for development and implementation of the Social Investment for Growth and Networks (SIGN) programme seeks to support long-term partnerships between funders, investors, outcome payers and Norfolk delivery partners in developing and implementing a wide range of investment projects aligned to UK government policy, NCC strategic objectives and the Norfolk Local Growth Plan.

Norfolk County Council are creating the framework agreement to provide a mechanism for engaging with investors in a timely manner, targeted to their specific interests through the lots being tendered.

Please note that Norfolk County Council has joined the government's Devolution Priority Programme.

Both Norfolk County Council and Suffolk County Council have approved a devolution deal which is expected to lead to the establishment of a Mayoral Combined County Authority with strategic powers, headed by an elected mayor. This is subject to the government laying a Statutory Instrument and to its approval by Parliament to formally establish the new combined authority.

Government has also invited participation by Norfolk in Local Government Review. This process has the potential to lead to unitary local government in Norfolk. One of these changes could happen without the other. The contract may be assigned or novated to any successor authority(ies) to Norfolk County Council or to any joint body incorporating or formed by any such successor. The County Council or a successor authority or joint body may order services on behalf of other local authorities serving any area within Norfolk's current geographical boundaries.

Full details of the requirement can be found in the Service Specification, which forms a Schedule to the Terms and Conditions.

Commercial tool

Establishes a framework

Total value (estimated)

  • £75,000,000 including VAT

Above the relevant threshold

Contract dates (estimated)

  • 30 April 2026 to 29 April 2030
  • 4 years

Main procurement category

Services

CPV classifications

  • 66100000 - Banking and investment services
  • 75200000 - Provision of services to the community
  • 85322000 - Community action programme
  • 98000000 - Other community, social and personal services

Contract locations

  • UKH14 - Suffolk
  • UKH15 - Norwich and East Norfolk
  • UKH16 - North and West Norfolk
  • UKH17 - Breckland and South Norfolk

Lot 1. Children's Services and Education

Description

Commissioning teams across NCC and its health partners have been exploring where social investment, outcome approaches and other forms of place-based investment can support their transformation plans and strategic priorities. Full details will be provided in the specification once published.

In children's services these will include:

a. step down from residential care;

b. expansion of the foster carers network across the county;

c. additional provision to prevent escalation from Child Protection Plan to Local Authority

d. new services and interventions to support SEND children.

In education services, priorities will include:

a. preventing exclusions;

b. improved outcomes from virtual school and Elective Home Education provision;

c. reintegration into mainstream provision for students;

d. enhanced offers for children at risk of becoming Not in Education, Employment or Training (NEET).

Outcomes across key transition points, edge of care services and complex services are also in scope.

Lot value (estimated)

  • £75,000,000 including VAT

Framework lot values may be shared with other lots

Same for all lots

CPV classifications, contract locations and contract dates are shown in the Scope section, because they are the same for all lots.


Lot 2. Public Health

Description

Commissioning teams across NCC and its health partners have been exploring where social investment, outcome approaches and other forms of place-based investment can support their transformation plans and strategic priorities. Full details will be provided in the specification once published. However the lot will include innovation delivery in the following areas:

a. Children and young people aged 5-19 to ensure better life opportunities;

b. Sexual and reproductive health;

c. Reduction in drug and alcohol addiction

Lot value (estimated)

  • £75,000,000 including VAT

Framework lot values may be shared with other lots

Same for all lots

CPV classifications, contract locations and contract dates are shown in the Scope section, because they are the same for all lots.


Lot 3. Adult Social Care/Community Health

Description

Commissioning teams across NCC and its health partners have been exploring where social investment, outcome approaches and other forms of place-based investment can support their transformation plans and strategic priorities. Full details will be provided in the specification once published. However the lot will include

a. redesign of the intermediate care offer with an emphasis on preventing hospital admission and speeding up hospital discharge through reablement at home

b. integrated home care bringing together community, adult social care and wider health teams to support home-based services.

Lot value (estimated)

  • £75,000,000 including VAT

Framework lot values may be shared with other lots

Same for all lots

CPV classifications, contract locations and contract dates are shown in the Scope section, because they are the same for all lots.


Lot 4. Skills and Productivity

Description

Commissioning teams across NCC and its health partners have been exploring where social investment, outcome approaches and other forms of place-based investment can support their transformation plans and strategic priorities. Full details will be provided in the specification once published. However the lot will include

a. new provision for young people who are NEET/at risk of becoming NEET;

b. services for young people leaving the care system;

c. skills provision for neuro-diverse individuals;

d. upskilling people locked into entry levels jobs and development of career pathways as well as innovating apprenticeship offers across NCC;

e. tackling skills shortages with key sectors, and;

f. tackling low aspiration/further developing the careers hubs.

Lot value (estimated)

  • £75,000,000 including VAT

Framework lot values may be shared with other lots

Same for all lots

CPV classifications, contract locations and contract dates are shown in the Scope section, because they are the same for all lots.


Framework

Maximum number of suppliers

20

Maximum percentage fee charged to suppliers

0%

Framework operation description

Each time the Council has a requirement it will either:

• hold a competition involving all suppliers capable of performing the contract. This will involve inviting bids from suppliers on the framework and will be scaled to the size and complexity of the requirement ("Further Competition")

or

• directly award a Call-off Contract to one supplier from information supplied in this Invitation to Tender and from the prices submitted in the price schedule ("Direct Award")

The award criteria for further competitions is set within the ranges indicated below:

Meeting the requirements: Can be between 10% and 40% but to be determined at further competition

Innovation: Can be between 0% and 20% but to be determined at further competition

Collaboration: Can be between 0% and 30% but to be determined at further competition

Sustainability: Can be between 0% and 20% and to be determined at further competition

Value: Can be between 0% and 30% but to be determined at further competition

Quality: Can be between 10% and 30% but to be determined at further competition

Staffing: Can be between 0% and 20% but to be determined at further competition

Price: Can be between 0% and 40% but to be determined at further competition

The Council and any nominated users of the Framework Agreement reserve the right to conduct Further Competitions using the Competitive Flexible procedure where appropriate.

Award method when using the framework

Either with or without competition

Contracting authorities that may use the framework

• Any successor body to Norfolk County Council, including any company formed by the Council to carry out its Children's Services, Education, Adult Social Services, Community Health, Public Health, Economic Development or Skills Development functions

• The Combined Mayoral Authority for Norfolk and Suffolk once operational

• Any organisation Norfolk County Council outsources its Children's Services, Education, Adult Social Services, Community Health, Public Health, Economic Development or Skills Development requirements to

• Any public body with which the Council enters into pooling arrangements for the provision of its Children's Services Education, Adult Social Services, Community Health, Public Health, Economic Development or Skills Development services.

Contracting authority location restrictions

  • UKH14 - Suffolk
  • UKH15 - Norwich and East Norfolk
  • UKH16 - North and West Norfolk
  • UKH17 - Breckland and South Norfolk

Participation

Legal and financial capacity conditions of participation

Lot 1. Children's Services and Education

Lot 2. Public Health

Lot 3. Adult Social Care/Community Health

Lot 4. Skills and Productivity

The Invitation to Tender sets out the conditions of participation which include financial assessment, expertise and experience and insurance requirements. Please note insurance requirements do not have to be in place before contract award.


Submission

Enquiry deadline

27 February 2026, 11:00am

Tender submission deadline

12 March 2026, 11:00am

Submission address and any special instructions

This procurement will be managed electronically via the Council's eProcurement system. To participate in this procurement, applicants must first be registered on the system at https://in-tendhost.co.uk/norfolkcc.

Clarifications must be raised through the in-tend platform, and responses to clarification questions will be published on the in-tend platform. Clarifications will not be answered by email.

Full instructions for registration and use of the system can be found at https://in-tendhost.co.uk/norfolkcc/aspx/Registration and https://in-tendhost.co.uk/norfolkcc/aspx/Help. You will be able to see the procurement project under the 'Tenders' section and when registered and logged in will be able to 'Express an Interest' to view the associated documentation. In order to view clarifications, you must be logged in.

If you have any problems using the system you can find information under the 'Help' section of the website at https://in-tendhost.co.uk/norfolkcc/aspx/Help.

If you have any technical problems with accessing in-tend, you can contact the InTend support team by phoning +44 (0) 114 407 0065 or emailing support@in-tend.co.uk.

Tenders may be submitted electronically

Yes

Languages that may be used for submission

English

Award decision date (estimated)

16 April 2026


Award criteria

Lot 1. Children's Services and Education

This table contains award criteria for this lot
Name Type Weighting
Children's services and education social investment Quality 40%
Benefits of social inclusion and impact Quality 20%
Programme management Quality 15%
Resources Quality 15%
Partnership working Quality 10%

Lot 2. Public Health

This table contains award criteria for this lot
Name Type Weighting
Public Health Social Investment Quality 40%
Benefits of social inclusion and impact Quality 20%
Programme management Quality 15%
Resources Quality 15%
Partnership working Quality 10%

Lot 3. Adult Social Care/Community Health

This table contains award criteria for this lot
Name Type Weighting
Adult Social Care and Community Health Quality 40%
Benefits of social inclusion and impact Quality 20%
Programme management Quality 15%
Resources Quality 15%
Partnership working Quality 10%

Lot 4. Skills and Productivity

This table contains award criteria for this lot
Name Type Weighting
Skills and Productivity Quality 40%
Benefits of social inclusion and impact Quality 20%
Programme management Quality 15%
Resources Quality 15%
Partnership working Quality 10%

Other information

Applicable trade agreements

  • Government Procurement Agreement (GPA)
  • Comprehensive and Progressive Agreement for Trans-Pacific Partnership (CPTPP)

Conflicts assessment prepared/revised

Yes


Procedure

Procedure type

Open procedure

Special regime

Light touch


Documents

Associated tender documents

Framework Guide for Applicants.docx

Framework guidance

NCCT43288 Social Investment framework agreementvf.docx

Terms and conditions

NCCT43288 Invitation to Tender.docx

Invitation to Tender


Contracting authority

Norfolk County Council

  • Public Procurement Organisation Number: PDYH-3246-XWTR

County Hall, Martineau Lane

Norwich

NR1 2DH

United Kingdom

Region: UKH15 - Norwich and East Norfolk

Organisation type: Public authority - sub-central government