Opportunity

Contract for the Provision of Enhanced Inclusion Support Pathways Services

  • London Borough of Waltham Forest

F02: Contract notice

Notice reference: 2021/S 000-020285

Published 19 August 2021, 10:07am



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

Email

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