Section one: Contracting authority
one.1) Name and addresses
London Borough of Waltham Forest
Waltham Forest Town Hall, 701 Forest Road
Walthamstow
E17 4JF
Contact
Miss Rita Emesim
rita.emesim@walthamforest.gov.uk
Telephone
+44 2084964667
Country
United Kingdom
NUTS code
UKI53 - Redbridge and Waltham Forest
Internet address(es)
Main address
http://www.walthamforest.gov.uk/
Buyer's address
http://www.walthamforest.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=e52c54fe-c700-ec11-810d-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=e52c54fe-c700-ec11-810d-005056b64545
one.4) Type of the contracting authority
Regional or local Agency/Office
one.5) Main activity
General public services
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Contract for the Provision of Enhanced Inclusion Support Pathways Services
Reference number
DN564122
two.1.2) Main CPV code
- 80000000 - Education and training services
two.1.3) Type of contract
Services
two.1.4) Short description
The Contract is for the provision of services for Enhanced Inclusion Support Pathways In the London Borough of Waltham Forest and aims to:
• Keep more children and young people safe, well, resilient and independent, and support them to get the most from educational opportunities in mainstream schools, wherever possible;
• Build capacity in Waltham Forest schools and settings to respond to social, emotional and mental health (SEMH) needs of children, to reduce the need for exclusion from school, and to improve children’s life chances;
• Strengthen our response to children at risk of exclusion through commissioning and delivery of an evidence-led and trauma-informed menu of enhanced supports and interventions designed to reduce the need for children to be excluded from our schools and settings;
• Develop a holistic approach to inclusion and AP that reduces harms and poor outcomes, such as NEET, offending, missing from home, exploitation and abuse, drug dealing, substance misuse, serious youth violence and harmful sexual behaviour;
• Apply a multi-disciplinary approach with expertise in safeguarding, youth justice, mental health, early help, family support, parenting, education, and health that joins up support pathways via assessment, planning, intervention and provision to reduce risks of exclusion and poor outcomes.
• strengthening emotional health and well-being;
• reducing offending rates of young people educated outside mainstream.
two.1.6) Information about lots
This contract is divided into lots: Yes
Tenders may be submitted for all lots
Maximum number of lots that may be awarded to one tenderer: 2
two.2) Description
two.2.1) Title
Lot No
1
two.2.2) Additional CPV code(s)
- 80200000 - Secondary education services
- 80310000 - Youth education services
- 80340000 - Special education services
two.2.3) Place of performance
NUTS codes
- UKI5 - Outer London – East and North East
two.2.4) Description of the procurement
LOT 1: EMOTIONAL WELLBEING SERVICE
1.1. Elements of delivery of emotional wellbeing service – inclusive schools and AP.
1.2. Emotional wellbeing, mental health, relationships, and behaviour support for children with identified SEMH needs who are at risk of exclusion, or who are in short-term AP placements.
1.3. Providing training, support, and case consultation for staff in education and AP settings.
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: £170,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
12
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
two.2) Description
two.2.1) Title
Lot No
2
two.2.2) Additional CPV code(s)
- 80200000 - Secondary education services
- 80310000 - Youth education services
- 80340000 - Special education services
two.2.3) Place of performance
NUTS codes
- UKI5 - Outer London – East and North East
two.2.4) Description of the procurement
LOT 2: ENHANCED INCLUSION SUPPORT OFFER
Build capacity in schools and YFRS for child-centred assessment of SEMH and behaviour needs.
Provide a whole school training and development offer in how to develop purposeful, planned, outcomes-focused, and time-limited support.
Support schools (primary and secondary), AP settings and YFRS to identify opportunities for resilience-building activities .
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: £180,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
12
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
two.2) Description
two.2.1) Title
Lot No
3
two.2.2) Additional CPV code(s)
- 80200000 - Secondary education services
- 80310000 - Youth education services
- 80340000 - Special education services
two.2.3) Place of performance
NUTS codes
- UKI5 - Outer London – East and North East
two.2.4) Description of the procurement
LOT 3: ENHANCED INCLUSION SUPPORT OFFER: OLDER CHILDREN
3.1 Implement intervention programmes with identified groups of young people.
3.2 Support children and/or young people during a defined period.
3.3 Use outcome-focused planning and review.
3.4 Support schools (mostly secondary), AP settings and YFRS to identify opportunities for resilience-building activities.
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: £56,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
12
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
Open procedure
Accelerated procedure
Justification:
Light touch, time restrictions.
four.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: No
four.2) Administrative information
four.2.2) Time limit for receipt of tenders or requests to participate
Date
6 September 2021
Local time
12:00pm
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.2.7) Conditions for opening of tenders
Date
6 September 2021
Local time
12:00pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.4) Procedures for review
six.4.1) Review body
Royal Courts of Justice
London
Country
United Kingdom