Contract notice

Information

Published

Expire date: 24/03/2025

External Reference: 2025-597000

FTS Reference: 2025-005323

Contract notice

Contract notice

Section I: Contracting authority

I.1)

Name and addresses

London Borough of Lambeth
n/a
Town Hall, Brixton Hill
London
SW2 1RW
UK
Contact person: Vincent Ibe
Telephone: +44 7890572194
NUTS code:  UK -  UNITED KINGDOM
Internet address(es):
I.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=90423&B=LBLAMBETH
Additional information can be obtained from
the abovementioned address:  
Tenders or requests to participate must be submitted
Tenders or requests to participate must be submitted
to the abovementioned address
I.4)

Type of the contracting authority

Regional or local authority
I.5)

Main activity

General public services

Section II: Object

II.1)

Scope of the procurement

II.1.1)

Title

SERIOUS VIOLENCE TIER 1 UNIVERSAL SCHOOLS PROGRAMME
II.1.2)

Main CPV code

85322000  -  Community action programme
II.1.3)

Type of contract

Services
II.1.4)

Short description

Lambeth Council is seeking a suitably experienced organisation to work with schools across the borough to co-develop and deliver a service on children exploitation and harm. The service program will focus on primary, secondary, all-through schools, special schools, and secondary pupil referral units.
Some of the key aims and outcomes include:
• To ensure fewer young people are drawn into or impacted by youth violence in Lambeth.
• Develop the self-confidence and self-esteem.
• Ensure online safety program by understanding social media platform usage on influencing/exploitation.
• Acknowledging vulnerability can lead to exploitation associated with domestic abuse, healthy relationships (i.e. Relationships, Sex and Health Education) and terrorism-related activity. The service will be aligned with the programs currently being delivered across Lambeth’s schools to ensure there is continuity of messaging and a shared awareness and understanding of the current issues.
II.1.6)

Information about lots

This contract is divided into lots: no
II.2)

Description

II.2.2)

Additional CPV code(s)

80310000  -  Youth education services
80330000  -  Safety education services
85000000  -  Health and social work services
85140000  -  Miscellaneous health services
85311300  -  Welfare services for children and young people
II.2.3)

Place of performance

NUTS code:  UK -  UNITED KINGDOM
Main site or place of performance:  
UK145 - Lambeth
II.2.4)

Description of the procurement

Lambeth Council is seeking a suitably experienced organisation to work with schools across the borough to co-develop and deliver a service that will work towards ensuring fewer young people are drawn into or impacted by youth violence because they have the aspirations, confidence, and educational attainment to progress and achieve. The program will run from September 2025 to July 2027, with a view to extending the contract to July 2028. This two - year service will focus on primary, secondary, all-through schools, special schools, and secondary pupil referral units. Some of the key aims and outcomes include: • To ensure fewer young people are drawn into or impacted by youth violence in Lambeth. • Children and young people will feel heard and empowered to make positive choices in their education, employment, training and relationships. • Develop the self-confidence and self-esteem of children and young people in Lambeth and therefore giving them additional knowledge, skills and resilience to support them in their lives • Ensure children and young people know how to be safe online, understanding that social media is a platform whereby they can be influenced/exploited and that what they do online is ‘real life’, has an impact on others and is covered in Law. • Acknowledging that vulnerability can also lead to exploitation associated with domestic abuse, healthy relationships (i.e. Relationships, Sex and Health Education) and terrorism-related activity, the commissioned service will have to align with the programs currently being delivered across Lambeth’s schools to ensure there is continuity of messaging and a shared awareness and understanding of the current issues.
II.2.5)

Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 36
This contract is subject to renewal: no
II.2.10)

Information about variants

Variants will be accepted: no
II.2.11)

Information about options

Options: no
II.2.13)

Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: no

Section III: Legal, economic, financial and technical information

III.1)

Conditions for participation

III.2)

Conditions related to the contract

Section IV: Procedure

IV.1)

Description

IV.1.1)

Type of procedure

Open procedure
IV.1.8)

Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement : yes
IV.2)

Administrative information

IV.2.2)

Time limit for receipt of tenders or requests to participate

Date:  21/03/2025
Local time:  12:00
IV.2.4)

Languages in which tenders or requests to participate may be submitted

English
IV.2.6)

Minimum time frame during which the tenderer must maintain the tender

Duration in months : 6  (from the date stated for receipt of tender)
IV.2.7)

Conditions for opening of tenders

Date:  21/03/2025
Local time:  12:00

Section VI: Complementary information

VI.1)

Information about recurrence

This is a recurrent procurement:  no
VI.4)

Procedures for review

VI.4.1)

Review body

High Court of Justice England & Wales
Strand
London
WC2A 2LL
UK

VI.4.2)

Body responsible for mediation procedures

Centre for Effective Dispute Resolution
70 Fleet Street
London
EC4Y 1EU
UK

VI.4.4)

Service from which information about the review procedure may be obtained

Cabinet Office
70 Whitehall
London
SW1A 2AS
UK