Tender

Provision of Early Help Services

  • Bradford Children & Families Trust

F02: Contract notice

Notice identifier: 2025/S 000-057923

Procurement identifier (OCID): ocds-h6vhtk-0548e7 (view related notices)

Published 18 September 2025, 9:34pm



Section one: Contracting authority

one.1) Name and addresses

Bradford Children & Families Trust

Sir Henry Mitchell House, 4 Manchester Road

Bradford

BD5 0QL

Contact

BCFT Procurement

Email

Tenders@bradfordcft.org.uk

Country

United Kingdom

Region code

UKE - Yorkshire and the Humber

National registration number

14060995

Internet address(es)

Main address

https://www.bradfordcft.org.uk/

Buyer's address

https://uk.eu-supply.com/ctm/Company/CompanyInformation/Index/155621

one.3) Communication

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

https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=98191&B=BCFT

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=98191&B=BCFT

Tenders or requests to participate must be submitted to the above-mentioned address

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

Provision of Early Help Services

Reference number

103497

two.1.2) Main CPV code

  • 85300000 - Social work and related services

two.1.3) Type of contract

Services

two.1.4) Short description

Bradford Children & Families Trust (BCFT) is commissioning a comprehensive programme of Early Help services to deliver a wide range of high-quality, evidence-based provisions aimed at delivering Early Help and Prevention, targeted and community-based support for vulnerable families across the Bradford District. Services will engage with families from culturally diverse communities, support children to thrive and achieve positive outcomes, and empower families to enhance their own and their children’s life chances. The programme of services is divided into 3 Lots. Bidders can apply for 1 or more Lots. Providers will be expected to work collaboratively in the delivery of services across all Lots, with family Hubs and the wider partners across the Early Help system.

The contracts will commence from 1st April 2026, for an initial period of 3 years, with 2 options to extend by up to 24 months. The maximum duration of the contracts will be 7 years.

two.1.5) Estimated total value

Value excluding VAT: £17,351,950

two.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

two.2) Description

two.2.1) Title

Family Support & Family Aide Worker Service

Lot No

1

two.2.2) Additional CPV code(s)

  • 85310000 - Social work services
  • 85320000 - Social services
  • 98000000 - Other community, social and personal services
  • 85300000 - Social work and related services

two.2.3) Place of performance

NUTS codes
  • UKE - Yorkshire and the Humber
Main site or place of performance

Bradford District

two.2.4) Description of the procurement

This is Lot 1 of 3, within a programme of commissioning of high-quality, evidence-based Early Help and prevention services, providing targeted and community-based support for vulnerable families across the Bradford District.

The Family Support service will provide early, targeted support to vulnerable families through a whole-family, strengths-based approach that promotes independence, prevents the escalation of needs, and ensures coordinated, multi-agency intervention through a family-led early help plan. The Family Aide Worker service will enhance the capacity of community-based Lead Practitioners with an open Early Help Assessment and Plan by delivering practical, hands-on support to families.

There are 2 existing services delivering the activity described in this new single contract, which complement delivery by the internal services within the Trust. The volume of children and families with Early Help Assessments and Plans across the system is rising, and will be dependent on need, but to give an indication of scale, the delivery expectation from the existing contracts was for family support for around 800 families and family aide for around 400 families.

There is an expectation that the Provider will hold responsibility for supporting integration of these specific services with the delivery services within Lots 2 and 3 and with wider services across the Early Help system

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: £11,312,000

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

Duration in months

84

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

Refugee & Asylum Seeker Children and Families Service

Lot No

2a

two.2.2) Additional CPV code(s)

  • 85310000 - Social work services
  • 85300000 - Social work and related services
  • 85320000 - Social services
  • 98000000 - Other community, social and personal services

two.2.3) Place of performance

NUTS codes
  • UKE - Yorkshire and the Humber
Main site or place of performance

Bradford District

two.2.4) Description of the procurement

This is Lot 2a of 3, within a programme of commissioning of high-quality, evidence-based Early Help and prevention services, providing targeted and community-based support for vulnerable families across the Bradford District.

Refugee and Asylum-seeker Children and Families Service will provide early, targeted, and holistic support for Refugee and Asylum Seeker children and families in Bradford and will strengthen the knowledge, skills and capacity of the Early Help workforce in supporting them.

There is an existing commissioned service delivering the activity described in this contract. The volume of children and families with Early Help Assessments and Plans across the system is rising, and will be dependent on need, but to give an indication of scale, the current contract (which is half the value of the new service) delivers intensive, targeted support to a minimum of 20 families per year.

Recognising the value and scale of the contracts in Lot 2, a specific Inclusion Co-ordination Function is being commissioned to support providers of Lots 2a, 2b and 2c. The Inclusion Coordination Function will hold responsibility for supporting integration of these specific services with the delivery services within Lots 2 and 3 and with wider services across the Early Help system.

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: £754,950

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

Duration in months

84

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

Roma Children and Families Service

Lot No

2b

two.2.2) Additional CPV code(s)

  • 85300000 - Social work and related services
  • 85310000 - Social work services
  • 85320000 - Social services
  • 98000000 - Other community, social and personal services

two.2.3) Place of performance

NUTS codes
  • UKE - Yorkshire and the Humber
Main site or place of performance

Bradford District

two.2.4) Description of the procurement

This is Lot 2b of 3, within a programme of commissioning of high-quality, evidence-based Early Help and prevention services, providing targeted and community-based support for vulnerable families across the Bradford District.

The Roma Children and Families Service will provide early, targeted, and holistic support for Roma children and families in the Bradford District, strengthen the knowledge, skills and capacity of the Early Help and Children’s Social Care workforce in supporting them, and provide support for Roma children and families in the Bradford District who have an allocated social worker where a need for additional targeted support has been identified.

There is an existing commissioned service delivering some of the activity described in this contract, supporting Roma children and families in the Bradford District who have an allocated social worker where a need for additional targeted support has been identified. This service supported around 50 families between 2022-2024 and to give an indication of scale for the new contract it is anticipated that support will be provided for around 20 families per year who are engaged with Children’s Social Care and 20 families per year in relation to family support and emotional wellbeing  services.

Recognising the value and scale of the contracts in Lot 2, a specific Inclusion Co-ordination Function is being commissioned to support providers of Lots 2a, 2b and 2c. The Inclusion Coordination Function will hold responsibility for supporting integration of these specific services with the delivery services within Lots 2 and 3 and with wider services across the Early Help system.

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: £595,000

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

Duration in months

84

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

Gypsy / Traveller Children and Families Service

Lot No

2c

two.2.2) Additional CPV code(s)

  • 85300000 - Social work and related services
  • 85310000 - Social work services
  • 85320000 - Social services
  • 98000000 - Other community, social and personal services

two.2.3) Place of performance

NUTS codes
  • UKE - Yorkshire and the Humber
Main site or place of performance

Bradford District

two.2.4) Description of the procurement

This is Lot 2c of 3, within a programme of commissioning of high-quality, evidence-based Early Help and prevention services, providing targeted and community-based support for vulnerable families across the Bradford District.

The Gypsy / Traveller Children and Families Service will provide early, targeted, and holistic support for children and families from the Gypsy / Traveller communities. This will include the delivery of proactive, community-based outreach to Gypsy Traveller children and families, across the Bradford Family Hub Localities, ensuring that families who may face barriers to accessing mainstream provision are identified, engaged, and supported at the earliest opportunity. The service will also provide information and support sessions in the Family Hubs to upskill the Early Help workforce to better meet the needs of children and families from Gypsy / Traveller communities.

This is a new contract, and providers are invited to describe the level of activity that can be delivered to meet the requirements of the specification within the budget provided.

Recognising the value and scale of the contracts in Lot 2, a specific Inclusion Co-ordination Function is being commissioned to support providers of Lots 2a, 2b and 2c. The Inclusion Coordination Function will hold responsibility for supporting integration of these specific services with the delivery services within Lots 2 and 3 and with wider services across the Early Help system.

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: £315,000

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

Duration in months

84

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

Inclusion Coordination Function

Lot No

2d

two.2.2) Additional CPV code(s)

  • 85300000 - Social work and related services
  • 85310000 - Social work services
  • 85320000 - Social services
  • 98000000 - Other community, social and personal services

two.2.3) Place of performance

NUTS codes
  • UKE - Yorkshire and the Humber
Main site or place of performance

Bradford District

two.2.4) Description of the procurement

This is Lot 2d of 3, within a programme of commissioning of high-quality, evidence-based Early Help and prevention services, providing targeted and community-based support for vulnerable families across the Bradford District.

The Inclusion Coordination Function will act as coordinator between the Providers delivering services to Refugee and Asylum Seeker, Roma and Gypsy / Traveller communities (Lots 2a, 2b, and 2c) to develop and maintain a good working relationship with the Family Hubs and the wider Early Help system ensuring consistency in approach. The Inclusion Coordination Function will also work closely with those delivering Lot 1 (Family Support and Family Aide Worker services) and Lot 3 (Emotional Resilience and Wellbeing services) to ensure a joined up approach to working in partnership across the offers and reduce duplication.

This is a new contract. Recognising the value and scale of the contracts in Lot 2, this specific function is being commissioned to support providers of Lots 2a, 2b and 2c. The Inclusion Coordination Function will hold responsibility for supporting integration of these specific services with the delivery services within Lots 1 and 3 and with wider services across the Early Help system.

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: £175,000

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

Duration in months

84

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

Emotional Resilience and Wellbeing Service

Lot No

3

two.2.2) Additional CPV code(s)

  • 85300000 - Social work and related services
  • 85310000 - Social work services
  • 85320000 - Social services
  • 98000000 - Other community, social and personal services

two.2.3) Place of performance

NUTS codes
  • UKE - Yorkshire and the Humber
Main site or place of performance

Bradford District

two.2.4) Description of the procurement

This is Lot 3 of 3, within a programme of commissioning of high-quality, evidence-based Early Help and prevention services, providing targeted and community-based support for vulnerable families across the Bradford District.

The Emotional Resilience & Well-being service will promote positive outcomes for children and families by strengthening emotional resilience, improving mental wellbeing, fostering healthy relationships with peers and family members, and enhancing engagement with education and community life. The provision will prioritise children across different age ranges within the Early Help System, with common emotional and wellbeing health difficulties including anxiety, low confidence and social isolation. With the aim to help children and their parents/carers in the self-management of their wellbeing.

This is a new service that will offer a range of interventions with evidence-based outcomes, including delivery of groups, activities and occasional events; aligned to Family Hubs and other community venues. The Provider will hold responsibility for supporting integration across the Early Help system. Levels of service delivery are expected to reflect the Thrive framework groupings 2 Getting Advice and 3 Getting Help for lower levels of need, noting alignment with the Youth In Mind pathway.

It is anticipated that the majority of delivery will be required for age groups 5-10 & 11 -18 (up to 25 with SEND) due to the implementation of the Best Start programme which we anticipate will cover support for 0-5 yrs. There is an expectation for a significant amount of subcontracting to a range of providers, including local community organisations/groups with the relevant skills and experience to deliver the support required.

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: £4,200,000

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

Duration in months

84

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

Competitive procedure with negotiation

four.1.4) Information about reduction of the number of solutions or tenders during negotiation or dialogue

Recourse to staged procedure to gradually reduce the number of solutions to be discussed or tenders to be negotiated

four.1.5) Information about negotiation

The contracting authority reserves the right to award the contract on the basis of the initial tenders without conducting negotiations

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.2.1) Previous publication concerning this procedure

Notice number: 2025/S 000-032426

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

Date

15 October 2025

Local time

11:00am

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

23 October 2025

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

English

four.2.6) Minimum time frame during which the tenderer must maintain the tender

Duration in months: 3 (from the date stated for receipt of tender)


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

The High Court of Justice

The Strand

London

WC2A 2L

Country

United Kingdom