Scope
Reference
Inclusion Unit 001
Description
NCS seeks to partner with an Inclusion Unit provider to provide a fully managed, integrated Inclusion Unit within the school. This provision aims to prevent exclusions, facilitate high quality learning whilst building on social and emotional resilience as well as tackling attitudes to work, behaviour, social conduct and aspiration building for disengaged students.
The contract is to be for a period of 3 years, with a possible extension of 2 years, subject to annual review.
SPECIFICATION OF REQUIREMENTS
• Tenders are sought from suitably qualified firms for asset compliance and estate services for a period of 3 years, with a possible extension of 2 years, subject to annual review
• The Inclusion Unit Provider will provide the services detailed below for Nicholas Chamberlaine School.
• Success will be measured against criteria, such as the Griffin Great descriptors and agreed achievement outcomes.
• The Inclusion Unit will reduce the need for costly alternative external placements, by addressing and supporting students' emotional and learning needs, and by managing any behavioural challenges in-house.
• The Inclusion Unit will alleviate pressure on the school's Senior Leadership Team (SLT), enabling them to focus on the strategic priorities of the school by undertaking the responsibility for the daily management of the inclusion provision.
• The provision will consist of a full service 4 person centre with a 1:5 staff/student ratio, facilitating up to 20 students.
• The Inclusion Unit must represent a financially sustainable option, resulting in a reduced need for alternative Provision and further negate the need for permanent exclusions. It is anticipated the Inclusion Unit will make savings of £100,000+ annually through reducing the need to source external alternative provision.
• The provider will work closely with the school to adapt policies, strategies, and processes, ensuring the service aligns with the school's visions, values and development plan.
Requirement Scope
The Inclusion Unit provider will enable the Trust and school to:
• Promote positive relationships, active engagement in learning, and wellbeing for all students;
• Ensure disaffected students at risk of exclusion can access the best possible teaching and learning to support their achievement;
• Build an the existing inclusive and holistic understanding of student needs;
• Ensure all students have access to the highest quality teaching and education experience;
• Ensure all students have access to social and emotional learning support alongside academic support.
Outcomes
• Reduction in exclusions, including permanent exclusions;
• Reduction in the need to source external alternative provision placements;
• Improved student attendance;
• Successful student reintegration into mainstream lessons;
• Long-term cost-benefit projection;
• Improved inclusion CPD for all staff;
• Improved examination (internal and external) results for students.
Total value (estimated)
- £1,200,000 excluding VAT
- £1,440,000 including VAT
Above the relevant threshold
Contract dates (estimated)
- 1 September 2025 to 31 August 2028
- Possible extension to 31 August 2030
- 5 years
Description of possible extension:
The contract is to be for a period of three years, with a possible extension of two years, subject to annual review
Main procurement category
Services
CPV classifications
- 80000000 - Education and training services
Contract locations
- UK - United Kingdom
Participation
Legal and financial capacity conditions of participation
• Provision of details of its current Pl provider and level of cover.
Technical ability conditions of participation
• Confirmation that the firm has experience in the Education Sector and working with Multi Academy Trusts
• Confirmation of the firm's ability to complete the project within the required timescale.
Particular suitability
- Small and medium-sized enterprises (SME)
- Voluntary, community and social enterprises (VCSE)
Submission
Enquiry deadline
10 April 2025, 12:00pm
Tender submission deadline
22 April 2025, 4:00pm
Submission address and any special instructions
Tenders may be submitted electronically
Yes
Languages that may be used for submission
English
Award decision date (estimated)
30 May 2025
Award criteria
Name | Description | Type | Weighting |
---|---|---|---|
3) Price and value for money | The maximum 40 marks will be awarded to the lowest priced bid. Other scores will be reduced in proportion to the additional cost. |
Price | 40.00% |
1) Technical Ability and Sector Knowledge | - Relevant skills and expertise within the proposed team and evidence of a good understanding of the regulatory requirements facing GST |
Quality | 30.00% |
2) Delivery and Client Service including sustainability | - Experienced in School Improvement in the Multi Academy Sector and commitment to providing consistent, joined up service delivery throughout the contract Appropriate range of specialists |
Quality | 30.00% |
Other information
Payment terms
Invoices will be paid within 30 days of receipt, provided that the services to which the invoice relates have been performed fully in accordance with the contract.
Conflicts assessment prepared/revised
Yes
Procedure
Procedure type
Open procedure
Contracting authority
The Griffin Schools Trust
- Companies House: 07893665
2a Fielding Lane
Bromley
BR2 9FL
United Kingdom
Contact name: Raymond Ramsay
Telephone: +442086987049
Email: procurement@griffinschoolstrust.org
Website: http://https://www.griffinschoolstrust.org
Region: UKI61 - Bromley
Organisation type: Public undertaking (commercial organisation subject to public authority oversight)