Tender

Non-School Alternative Provision / Education other then in school or college - Social Emotional Mental Health (SEMH) and Vocational Framework

  • Norfolk County Council

UK4: Tender notice - Procurement Act 2023 - view information about notice types

Notice identifier: 2025/S 000-072974

Procurement identifier (OCID): ocds-h6vhtk-05924e (view related notices)

Published 11 November 2025, 5:37pm



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

This table contains award criteria for this lot
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


Contracting authority

Norfolk County Council

  • Public Procurement Organisation Number: PDYH-3246-XWTR

County Hall, Martineau Lane

Norwich

NR1 2DH

United Kingdom

Region: UKH15 - Norwich and East Norfolk

Organisation type: Public authority - sub-central government