Scope
Reference
NCCT43184
Description
Norfolk County Council are developing a new Framework for Unregulated Alternative Provision / Education other than in school or college - Social, Emotional, Mental Health (SEMH) and Vocational, that will enable a fair and transparent process to manage how we commission and work in partnership with providers. The Framework will secure consistent approaches to safeguarding and sufficient choice for children and young people (CYP).
The contract Value is an estimate, and will depend on usage.
Commercial tool
Establishes an open framework
Total value (estimated)
- £60,000,000 excluding VAT
- £72,000,000 including VAT
Above the relevant threshold
Contract dates (estimated)
- 16 March 2026 to 15 March 2028
- Possible extension to 15 March 2034
- 8 years
Description of possible extension:
The term is 24 months from the Required Service Commencement Date, which may be extended up to 72 months as long as such extension complies with the Procurement Act 2023 in terms of re-opening of the framework.
Main procurement category
Services
CPV classifications
- 80000000 - Education and training services
- 85000000 - Health and social work services
Contract locations
- UKH15 - Norwich and East Norfolk
- UKH16 - North and West Norfolk
- UKH17 - Breckland and South Norfolk
Lot 1. Social, Emotional and Mental Health (SEMH) Provision
Description
Supporting CYP who experience difficulties in managing their emotions and behaviour in an educational setting other than a registered mainstream setting.
Lot value (estimated)
- £30,000,000 excluding VAT
- £36,000,000 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. Vocational non-school alternative provision
Description
Accessing curriculum, options and obtaining qualifications that are not ordinarily available in mainstream schools.
Lot value (estimated)
- £30,000,000 excluding VAT
- £36,000,000 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
Open framework scheme end date (estimated)
15 March 2034
Maximum number of suppliers
Unlimited
Maximum percentage fee charged to suppliers
0%
Framework operation description
The price quoted in Form G of the tender document is the maximum provider's will be able to charge throughout the term of the framework, unless otherwise indicated in the terms and conditions of contract. Prices quoted may be used for direct award of contract.
The Council reserves the right for users of the framework to conduct a Direct Award process in addition to the further competition route, where the requirement can clearly be met through information supplied in this Invitation to Tender by a single Supplier.
Direct Awards will be made based on the information supplied in Applicants' responses to this Invitation to Tender and from the prices submitted in the price schedule, and will take in to account:
• The services offered in the Invitation to Tender aligned with the specific requirement
• The price(s) quoted in the Price Schedule
• User choice or what is best suited to the clients needs.
• Any capacity constraints indicated within the framework tender response.
• Geographical location.
Where a Provider is unable to fulfil the requirement at direct contract award, the next most appropriate Provider will be awarded the contract.
Further competition percentage weightings are;
Quality can be between 0% and 80%, to be determined at further competition.
Price can be between 20% and 100% to be determined at further competition.
Where further competition is undertaken, it will be done with all capable suppliers.
Award method when using the framework
Either with or without competition
Contracting authorities that may use the framework
Establishing party only
Participation
Legal and financial capacity conditions of participation
Lot 1. Social, Emotional and Mental Health (SEMH) Provision
Lot 2. Vocational non-school alternative provision
The Council will be assessing the legal, and technical ability of bidders to perform the contract being procured as set out in the Invitation to Tender. This assessment includes past experience, safeguarding, health and safety, modern slavery and references. These are all designated as pass/fail criteria.
Particular suitability
Lot 1. Social, Emotional and Mental Health (SEMH) Provision
Lot 2. Vocational non-school alternative provision
- Small and medium-sized enterprises (SME)
- Voluntary, community and social enterprises (VCSE)
Submission
Enquiry deadline
15 December 2025, 11:00am
Tender submission deadline
5 January 2026, 11:00am
Submission address and any special instructions
This procurement will be managed electronically via the Council`s e-procurement system. To participate in this procurement and gain access to documents when they are available, applicants must first be registered on the system at https://in-tendhost.co.uk/norfolkcc (https://intendhost.co.uk/norfolkcc)
Full instructions for registration and use of the system can be found at
https://in-tendhost.co.uk/norfolkcc/aspx/BuyerProfiles
(https://in-tendhost.co.uk/norfolkcc/aspx/BuyerProfiles)
Once registered you will be able to see the procurement project under the `tenders` section and `express an interest` in this tender. If you encounter any difficulties whilst using the system you can contact the In-tend support team by phoning +448442728810 or e-mailing support@in-tend.co.uk
Tenders may be submitted electronically
Yes
Languages that may be used for submission
English
Award decision date (estimated)
25 February 2026
Award criteria
| Name | Type | Weighting |
|---|---|---|
| Quality | Quality | 50% |
| Monitoring and Outcomes | Quality | 50% |
Other information
Payment terms
As per the terms and condition issued with this procurement.
Description of risks to contract performance
Please note Norfolk County Council has joined the government's Devolution Priority Programme.
Please note that 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. Subject to the government laying a Statutory Instrument and to its approval by Parliament to formally establish the new combined authority, the first Mayoral election is expected to be in May 2026.
Government has also invited participation by Norfolk in Local Government Review. This process has the potential to lead to unitary local government in Norfolk. 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
Applicable trade agreements
- Government Procurement Agreement (GPA)
Conflicts assessment prepared/revised
Yes
Procedure
Procedure type
Open procedure
Special regime
Light touch
Documents
Associated tender documents
NCCT43184-ITT SEMH Framework.docx
Schedule 6 Authorised Officer and Contract Manager Details.docx
Schedule 6 Reporting and Monitoring schedule fv.docx
Schedule 7 Payments.docx
Schedule 8 Data Processing Schedule.docx
Schedule 10 Call-Off Terms and Conditions.docx
Schedule 11 Safeguarding.docx
SEMH Framework Terms and Conditions.docx
Spec for SEMH Vocational Packages of Support FV.docx
Team Referral Blank.docx
Contracting authority
Norfolk County Council
- Public Procurement Organisation Number: PDYH-3246-XWTR
County Hall, Martineau Lane
Norwich
NR1 2DH
United Kingdom
Email: sourcingteam@norfolk.gov.uk
Region: UKH15 - Norwich and East Norfolk
Organisation type: Public authority - sub-central government