Holiday Activities and Food Programme (HAF)

Complete

Value

£3,000,000

Classifications

  • Education and training services
  • Children's holiday-camp services
  • Health and social work services
  • Recreational, cultural and sporting services
  • Entertainment services
  • Sport-related services
  • Physical well-being services

Tags

  • tender

Submission Deadline

8 months ago

Published

9 months ago

Description

Swindon Borough Council are looking to procure a Framework of providers to provide services against the Holiday Activities and Food Programme (HAF).
Activity must take place only within the Spring, Summer and Winter school term holidays. All sessions must be a minimum of 4-hours in length, and offer a nutritious meal to all eligible children in attendance, at every session. Aged 4-16.
The aims of the programme are to ensure children eligible for HAF are able to:
•	Eat more healthily and have a greater knowledge of health and nutrition (there needs to be opportunities families to learn about nutrition and advice on support available)
•	Be more physically active, and partake in physical and enriching activities (which support the development of resilience, character and wellbeing along with their wider educational attainment)
•	To socialise and be more engaged with schools and local services
•	Make communities safer and combat social isolation
Providers delivering Holiday Activities and Food Programme (HAF) provision in Swindon will be required to meet the HAF standards as defined by the DfE and outlined within the Specification.
The initial contract term will be for 12 months with an option to extend for a further 3 years (3 periods of 12 months) for a potential total contract term of 4 years.
The estimated total of the initial term ( 12 months )  for the contract is £750,000 and the total potential value of the contract is £3,000,000 ( 4 years )

Similar Contracts

Open

Accreditation of Oliver McGowan Mandatory Training

NHS England seeks to commission accreditation services for the Oliver McGowan Mandatory Training on Learning Disability and Autism. The Oliver McGowan Mandatory Training is the standardised and preferred training for health and social care staff. It has been specifically developed for this purpose and is co-produced and co-delivered by approved trainers with lived experience of learning disability and autism, who are fairly compensated for their contributions. The accreditation scheme will provide quality assurance for the delivery of this training. The Oliver McGowan mandatory training is the Government’s preferred training to support autism and learning disabilities within healthcare, resulting from lessons learnt from a series of systemic failing. The training is unique focusing on co-production and co-delivery with people with lived experience of learning disability and autism, reducing health inequalities, and improving patient experiences. The accreditation scheme will also ensure quality assurance around the training delivery. This procurement aims to establish an accreditation scheme in response to statutory obligations under the Health and Care Act 2022. It represents a key priority aligned with legislative requirements introduced by the Act and the newly published Oliver McGowan Code of Practice. The maximum contractual value funded by NHS England is £560,000 for the initial term and £240,000 contingency for the optional extended term, subject to need, budget availability and an agreed statement of work. Potential wider system benefits range from £0 to £4,800,000 for the initial term and between £0 and £2,960,000 for the optional extension. Bidders should note that there is no minimum commitment guaranteed through the contract. NHS England does not expect to allocate the maximum budget. Further details and tender documents can be downloaded from the following link: https://atamis-1928--prospend.vf.force.com/apex/CS_ContractPage?filters=&page=1&Preview=Yes&searchStr=&SearchType=Projects&sortStr=Alphabetical&uid=a07Sr00000oMBLZIA4&sfdcIFrameOrigin=https%3A%2F%2Fatamis-1928.lightning.force.com\ https://health-family.force.com/s/Welcome

Katy Reed

Published 1 hour ago
Open

Emergency Accommodation Flexible Light Touch Framework 2026

North Somerset Council is seeking to appoint suitably qualified providers to provide of Emergency Accommodation through a Flexible Light Touch Framework to assist with the statutory duty to provide interim accommodation for homeless households. Using the Light Touch regulations of the Procurement Act 2023, NSC proposes to establish a framework of providers to deliver our emergency accommodation responsibilities that may allow the appointment of new entrants during the term when service levels demand, existing providers leave the framework, or we are notified about new providers in the local market. The framework will remain in place for 4 years. The Procurement Act 2023 states that frameworks let under light touch regulations are not limited in terms of duration and therefore, if the requirements of the service are still being met at the end of the 4 year term, and there are no updates required to the terms and conditions or specification, specifically in relation to housing legislation, the framework may be extended further. The accommodation is being split into Lots: Lot 1 - Single adult room This Lot is for rooms to accommodate a single adult. Lot 2 - Adult Couple room This Lot is for rooms to accommodate a couple or 2 people. Lot 3 - Family room Please refer to the Specification and Framework Agreement for more information. Suppliers will operate under a framework agreement to provide their accommodation to the Council. Suppliers who have been assessed and appointed to the framework, will provide accommodation on a night by night basis when required by the Council, as described in the specification. Call off Arrangements - Award of contracts under the framework As a "Light Touch" service, the Council intend to award contracts by way of direct awards. The Home Choice and Lettings Team will use the following process to determine which provider will be awarded a call-off contract: 1. Determine which provider has current availability 2. Determine which provision is most suited to the needs of the individual or family, based on locality (if this is important in terms of support networks, employment, etc), other occupants If more than one provision is suitable, the Homeless Prevention Team will offer the provision that scores highest in terms of price / quality.

Katy Reed

Published 18 hours ago
Open

Connect to Work Programme

The Authority is delivering the Connect to Work Programme as part of new Mayoral powers to convene local supported employment provision that contributes to the national Get Britain Working plan and the Local Growth Plan. Connect to Work is a new, voluntary supported employment initiative funded by the Department for Work and Pensions (DWP). It is the first major element of the Get Britain Working Strategy and will take a collaborative, locally led approach It will: • Connect local work, health, and skills support using a “place, train, maintain” model. • Target “hidden unemployment” and disadvantaged groups. • Deliver IPS (Individual Placement and Support) and SEQF (Supported Employment Quality Framework) interventions with high fidelity to national models. • Ensure equitable access through a zero-exclusions approach. • Support at least 3,738 residents between 2025 and 2030. The Authority, as Lead Authority and Accountable Body for Cambridgeshire & Peterborough, will commission, implement, and manage Connect to Work. Delivery will align with local priorities and be supported through partnerships with health services and other stakeholders The Authority seeks to award a single contract to an experienced Supplier to manage a specialist supply chain and deliver 3,738 Connect to Work Programme starts, along with associated job starts and outcomes, between contract commencement and 31 March 2030. The successful Supplier will be responsible for: • Building and managing a specialist, local supply chain of delivery partners. • Ensuring access to, and engagement with, the targeted Connect to Work participants. • Overall delivery of both IPS (Individual Placement and Support model) and SEQF (Support Employment Quality Framework) support to the IPS and SEQF fidelity scales2 at the required volumes and profiles as detailed in this Specification. The Authority is conducting this procurement using the Competitive Flexible Procedure, in accordance with Section 20(2)(b) of the Procurement Act 2023. The process has been designed to ensure fairness, transparency, and proportionality, while maintaining flexibility to meet the requirements of this Light Touch Contract. Stage 1 – Shortlisting Suppliers Stage 1 identifies Suppliers capable of meeting the Authority’s requirements. • 4 pass/fail questions – Suppliers failing any pass/fail question will be excluded. • 3 weighted backward-looking questions – These assess relevant experience and are scored against the published marking scheme. Suppliers passing the pass/fail questions will be scored on their weighted quality responses. The Authority intends to invite up to five (5) of the highest-scoring Suppliers to Stage 2. If fewer than five meet the requirements, fewer may be shortlisted. In the event of a tie for fifth place, all Suppliers with the same score may progress. The shortlisting methodology will be applied consistently to all Suppliers and will not be altered once the evaluation process has commenced. Stage 2 – Invitation to Tender (ITT) Only Suppliers shortlisted from Stage 1 will be invited to Stage 2, which includes 1. Conditions of Participation (Exclusion Checks) 2. Tender Submission and Evaluation

Katy Reed

Published 18 hours ago

AI Bid Assistant

Our AI-powered tool to help you create winning bids is coming soon!

View Contract Source Save Contract

Timeline complete