Tender

Nicholas Chamberlaine School - Inclusion Unit

THE GRIFFIN SCHOOLS TRUST

This public procurement record has 1 release in its history.

Tender

27 Mar 2025 at 15:05

Summary of the contracting process

The Griffin Schools Trust is inviting tenders for the provision of a fully managed, integrated Inclusion Unit at Nicholas Chamberlaine School in Bromley. This initiative is aimed at preventing exclusions and fostering a positive learning environment for disengaged students. The contract covers asset compliance and estate services for three years, with a possible two-year extension subject to annual review. Key dates to note include the end of the tender period on 22 April 2025, the end of the enquiry period on 10 April 2025, and the planned award date by 30 May 2025. The procurement method is an open procedure, and the tender falls under the category of Education and Training Services with a budget value of approximately £1,200,000 to £1,440,000 gross.

This tender presents substantial opportunities for businesses specialising in educational services and school improvement. Providers with experience in managing inclusive and holistic student needs, especially within multi-academy trusts, are particularly well-suited for this contract. Successful bidders will have the chance to contribute to the school's strategic goals, offer high-quality educational support, and help reduce the need for costly external placements, making this an attractive proposition for SMEs and VCSEs in the sector. The financial and operational sustainability of the Inclusion Unit promises long-term engagement and potential cost savings of over £100,000 annually, enhancing the overall value proposition for participants.

Find more tenders on our Open Data Platform.
How relevant is this notice?

D3 Tenders Premium

Win More Public Sector Contracts

AI-powered tender discovery, pipeline management, and market intelligence — everything you need to grow your public sector business.

Notice Title

Nicholas Chamberlaine School - Inclusion Unit

Notice Description

NCS seeks to partner with an Inclusion Unit provider to provide a fully managed, integrated Inclusion Unit within the school. This provision aims to prevent exclusions, facilitate high quality learning whilst building on social and emotional resilience as well as tackling attitudes to work, behaviour, social conduct and aspiration building for disengaged students. The contract is to be for a period of 3 years, with a possible extension of 2 years, subject to annual review. SPECIFICATION OF REQUIREMENTS * Tenders are sought from suitably qualified firms for asset compliance and estate services for a period of 3 years, with a possible extension of 2 years, subject to annual review * The Inclusion Unit Provider will provide the services detailed below for Nicholas Chamberlaine School. * Success will be measured against criteria, such as the Griffin Great descriptors and agreed achievement outcomes. * The Inclusion Unit will reduce the need for costly alternative external placements, by addressing and supporting students' emotional and learning needs, and by managing any behavioural challenges in-house. * The Inclusion Unit will alleviate pressure on the school's Senior Leadership Team (SLT), enabling them to focus on the strategic priorities of the school by undertaking the responsibility for the daily management of the inclusion provision. * The provision will consist of a full service 4 person centre with a 1:5 staff/student ratio, facilitating up to 20 students. * The Inclusion Unit must represent a financially sustainable option, resulting in a reduced need for alternative Provision and further negate the need for permanent exclusions. It is anticipated the Inclusion Unit will make savings of PS100,000+ annually through reducing the need to source external alternative provision. * The provider will work closely with the school to adapt policies, strategies, and processes, ensuring the service aligns with the school's visions, values and development plan. Requirement Scope The Inclusion Unit provider will enable the Trust and school to: * Promote positive relationships, active engagement in learning, and wellbeing for all students; * Ensure disaffected students at risk of exclusion can access the best possible teaching and learning to support their achievement; * Build an the existing inclusive and holistic understanding of student needs; * Ensure all students have access to the highest quality teaching and education experience; * Ensure all students have access to social and emotional learning support alongside academic support. Outcomes * Reduction in exclusions, including permanent exclusions; * Reduction in the need to source external alternative provision placements; * Improved student attendance; * Successful student reintegration into mainstream lessons; * Long-term cost-benefit projection; * Improved inclusion CPD for all staff; * Improved examination (internal and external) results for students.

Lot Information

Lot 1

Renewal: The contract is to be for a period of three years, with a possible extension of two years, subject to annual review

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-04f99d
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/011596-2025
Current Stage
Tender
All Stages
Tender

Procurement Classification

Notice Type
UK4 - Tender Notice
Procurement Type
Standard
Procurement Category
Services
Procurement Method
Open
Procurement Method Details
Open procedure
Tender Suitability
SME, VCSE
Awardee Scale
Not specified

Common Procurement Vocabulary (CPV)

CPV Divisions

80 - Education and training services


CPV Codes

80000000 - Education and training services

Notice Value(s)

Tender Value
£1,200,000 £1M-£10M
Lots Value
£1,200,000 £1M-£10M
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
27 Mar 202511 months ago
Submission Deadline
22 Apr 2025Expired
Future Notice Date
Not specified
Award Date
Not specified
Contract Period
31 Aug 2025 - 31 Aug 2028 3-4 years
Recurrence
Not specified

Notice Status

Tender Status
Active
Lots Status
Active
Awards Status
Not Specified
Contracts Status
Not Specified

Contracting Authority (Buyer)

Main Buyer
THE GRIFFIN SCHOOLS TRUST
Contact Name
Raymond Ramsay
Contact Email
procurement@griffinschoolstrust.org
Contact Phone
+442086987049

Buyer Location

Locality
BROMLEY
Postcode
BR2 9FL
Post Town
Bromley
Country
England

Major Region (ITL 1)
TLI London
Basic Region (ITL 2)
TLI6 Outer London - South
Small Region (ITL 3)
TLI61 Bromley
Delivery Location
Not specified

Local Authority
Bromley
Electoral Ward
Bromley Common & Holwood
Westminster Constituency
Bromley and Biggin Hill

Open Contracting Data Standard (OCDS)

View full OCDS Record for this contracting process

Download

The Open Contracting Data Standard (OCDS) is a framework designed to increase transparency and access to public procurement data in the public sector. It is widely used by governments and organisations worldwide to report on procurement processes and contracts.

{
    "tag": [
        "compiled"
    ],
    "id": "ocds-h6vhtk-04f99d-2025-03-27T15:05:07Z",
    "date": "2025-03-27T15:05:07Z",
    "ocid": "ocds-h6vhtk-04f99d",
    "initiationType": "tender",
    "parties": [
        {
            "id": "GB-COH-07893665",
            "name": "The Griffin Schools Trust",
            "identifier": {
                "scheme": "GB-COH",
                "id": "07893665"
            },
            "address": {
                "streetAddress": "2a Fielding Lane",
                "locality": "Bromley",
                "postalCode": "BR2 9FL",
                "country": "GB",
                "countryName": "United Kingdom",
                "region": "UKI61"
            },
            "contactPoint": {
                "name": "Raymond Ramsay",
                "email": "procurement@griffinschoolstrust.org",
                "telephone": "+442086987049"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "url": "http://https://www.griffinschoolstrust.org",
                "classifications": [
                    {
                        "scheme": "UK_CA_TYPE",
                        "id": "publicUndertaking",
                        "description": "Public undertaking"
                    }
                ]
            }
        }
    ],
    "buyer": {
        "id": "GB-COH-07893665",
        "name": "The Griffin Schools Trust"
    },
    "tender": {
        "id": "Inclusion Unit 001",
        "legalBasis": {
            "id": "2023/54",
            "scheme": "UKPGA",
            "uri": "https://www.legislation.gov.uk/ukpga/2023/54/contents"
        },
        "title": "Nicholas Chamberlaine School - Inclusion Unit",
        "description": "NCS seeks to partner with an Inclusion Unit provider to provide a fully managed, integrated Inclusion Unit within the school. This provision aims to prevent exclusions, facilitate high quality learning whilst building on social and emotional resilience as well as tackling attitudes to work, behaviour, social conduct and aspiration building for disengaged students. The contract is to be for a period of 3 years, with a possible extension of 2 years, subject to annual review. SPECIFICATION OF REQUIREMENTS * Tenders are sought from suitably qualified firms for asset compliance and estate services for a period of 3 years, with a possible extension of 2 years, subject to annual review * The Inclusion Unit Provider will provide the services detailed below for Nicholas Chamberlaine School. * Success will be measured against criteria, such as the Griffin Great descriptors and agreed achievement outcomes. * The Inclusion Unit will reduce the need for costly alternative external placements, by addressing and supporting students' emotional and learning needs, and by managing any behavioural challenges in-house. * The Inclusion Unit will alleviate pressure on the school's Senior Leadership Team (SLT), enabling them to focus on the strategic priorities of the school by undertaking the responsibility for the daily management of the inclusion provision. * The provision will consist of a full service 4 person centre with a 1:5 staff/student ratio, facilitating up to 20 students. * The Inclusion Unit must represent a financially sustainable option, resulting in a reduced need for alternative Provision and further negate the need for permanent exclusions. It is anticipated the Inclusion Unit will make savings of PS100,000+ annually through reducing the need to source external alternative provision. * The provider will work closely with the school to adapt policies, strategies, and processes, ensuring the service aligns with the school's visions, values and development plan. Requirement Scope The Inclusion Unit provider will enable the Trust and school to: * Promote positive relationships, active engagement in learning, and wellbeing for all students; * Ensure disaffected students at risk of exclusion can access the best possible teaching and learning to support their achievement; * Build an the existing inclusive and holistic understanding of student needs; * Ensure all students have access to the highest quality teaching and education experience; * Ensure all students have access to social and emotional learning support alongside academic support. Outcomes * Reduction in exclusions, including permanent exclusions; * Reduction in the need to source external alternative provision placements; * Improved student attendance; * Successful student reintegration into mainstream lessons; * Long-term cost-benefit projection; * Improved inclusion CPD for all staff; * Improved examination (internal and external) results for students.",
        "status": "active",
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "80000000",
                        "description": "Education and training services"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UK",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    }
                ],
                "relatedLot": "1"
            }
        ],
        "value": {
            "amountGross": 1440000,
            "amount": 1200000,
            "currency": "GBP"
        },
        "procurementMethod": "open",
        "procurementMethodDetails": "Open procedure",
        "mainProcurementCategory": "services",
        "aboveThreshold": true,
        "submissionMethodDetails": "https://www.mytenders.co.uk",
        "submissionTerms": {
            "electronicSubmissionPolicy": "allowed",
            "languages": [
                "en"
            ]
        },
        "tenderPeriod": {
            "endDate": "2025-04-22T16:00:00+01:00"
        },
        "enquiryPeriod": {
            "endDate": "2025-04-10T12:00:00+01:00"
        },
        "awardPeriod": {
            "endDate": "2025-05-30T23:59:59+01:00"
        },
        "lots": [
            {
                "id": "1",
                "status": "active",
                "value": {
                    "amountGross": 1440000,
                    "amount": 1200000,
                    "currency": "GBP"
                },
                "awardCriteria": {
                    "criteria": [
                        {
                            "type": "quality",
                            "name": "1) Technical Ability and Sector Knowledge",
                            "description": "- Relevant skills and expertise within the proposed team and evidence of a good understanding of the regulatory requirements facing GST",
                            "numbers": [
                                {
                                    "number": 30,
                                    "weight": "percentageExact"
                                }
                            ]
                        },
                        {
                            "type": "quality",
                            "name": "2) Delivery and Client Service including sustainability",
                            "description": "- Experienced in School Improvement in the Multi Academy Sector and commitment to providing consistent, joined up service delivery throughout the contract Appropriate range of specialists",
                            "numbers": [
                                {
                                    "number": 30,
                                    "weight": "percentageExact"
                                }
                            ]
                        },
                        {
                            "type": "price",
                            "name": "3) Price and value for money",
                            "description": "The maximum 40 marks will be awarded to the lowest priced bid. Other scores will be reduced in proportion to the additional cost.",
                            "numbers": [
                                {
                                    "number": 40,
                                    "weight": "percentageExact"
                                }
                            ]
                        }
                    ]
                },
                "selectionCriteria": {
                    "criteria": [
                        {
                            "type": "economic",
                            "description": "* Provision of details of its current Pl provider and level of cover."
                        },
                        {
                            "type": "technical",
                            "description": "* Confirmation that the firm has experience in the Education Sector and working with Multi Academy Trusts * Confirmation of the firm's ability to complete the project within the required timescale."
                        }
                    ]
                },
                "suitability": {
                    "sme": true,
                    "vcse": true
                },
                "contractPeriod": {
                    "startDate": "2025-09-01T00:00:00+01:00",
                    "endDate": "2028-08-31T23:59:59+01:00",
                    "maxExtentDate": "2030-08-31T23:59:59+01:00"
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "The contract is to be for a period of three years, with a possible extension of two years, subject to annual review"
                }
            }
        ],
        "documents": [
            {
                "id": "conflictOfInterest",
                "documentType": "conflictOfInterest",
                "description": "Not published"
            },
            {
                "id": "011596-2025",
                "documentType": "tenderNotice",
                "noticeType": "UK4",
                "description": "Tender notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/011596-2025",
                "datePublished": "2025-03-27T15:05:07Z",
                "format": "text/html"
            }
        ],
        "contractTerms": {
            "financialTerms": "Invoices will be paid within 30 days of receipt, provided that the services to which the invoice relates have been performed fully in accordance with the contract."
        }
    },
    "language": "en"
}