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
E-mail: vibe@lambeth.gov.uk
NUTS: UK
Internet address(es)
Main address: http://www.lambeth.gov.uk
Address of the buyer profile: https://uk.eu-supply.com/ctm/Company/CompanyInformation/Index/18
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 sent electronically to:
https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=90423&B=LBLAMBETH
Tenders or requests to participate must be sent 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
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
80330000
85000000
85140000
85311300
II.2.3) Place of performance
NUTS code:
UK
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.2.9) Information about the limits on the number of candidates to be invited
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 IV: Procedure
IV.1) Description
IV.1.1) Type of procedure
Open procedure
IV.1.8) Information about 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
EN
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
VI.5) Date of dispatch of this notice
17/02/2025