Award

Education Professional Services

CRESCENT PURCHASING LIMITED

This public procurement record has 5 releases in its history.

Award

18 Feb 2026 at 16:33

Award

23 Dec 2025 at 17:03

Tender

30 Sep 2025 at 15:00

PlanningUpdate

01 May 2025 at 11:15

Planning

01 May 2025 at 11:01

Summary of the contracting process

This procurement process is organised by Crescent Purchasing Limited for the initiative titled "Education Professional Services." This open framework targets entities operating within the educational industry in the United Kingdom. The procurement is governed by the Procurement Act 2023 and operates under an open procedure, which ensures compliance with the above-threshold tender process. The framework, starting on 2nd February 2026, will accommodate various educational services and run until 2034 with periodic openings. It encompasses seven lots, including SEND Advisory, Curriculum Development, Therapy and Psychology Services, among others. The process is currently at the award stage, with Crescent Purchasing Limited as the buyer, having the address in Salford, UK, postcode M6 6AJ.

This tender offers extensive opportunities for businesses across the educational services spectrum, especially for SMEs that specialise in services like technology integration, special education advisory, and professional development training. The framework allows businesses to establish long-term relationships with educational institutions, providing a stable revenue stream. Given the division into seven specialised lots, businesses offering niche consultancy and integration services are highly encouraged to participate, as they can benefit from the advantageous pricing and economies of scale. The framework’s allowance for mini competitions enables suppliers to demonstrate their expertise in specific areas, making it an attractive opportunity for dynamic and adaptable entities in the educational sector to grow and diversify their market presence.

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

Education Professional Services

Notice Description

About the Education Professional Services Open Framework This Open framework has been awarded as the result of a fully regulated, above public procurement threshold tender exercise. The contracting authority for this framework is the Crescent Purchasing Consortium. The agreement started on 02/02/2026 and the Open Framework will run until 2034, as allowed under the Procurement Act 2023. The Open Framework will be opened after either the first 24 or 36 months, as included within the original tender ITT. The frequency of opening will be dependent upon the success of the first year. The Open Framework is a new service offering to CPC Members; there has been no prior framework in place for these services. The Open Framework allows advantageous pricing based on economies of scale from aggregated spend and affords the opportunity for CPC Members to develop a mutually beneficial, longer-term relationship with specialist suppliers. Lot Scope & Framework Suppliers The Framework is split into seven Lots as follows: Lot 1: SEND Advisory Services Lot 2: Curriculum Development and Assessment Lot 3: Therapy and Psychology Services Lot 4: Translation and Interpretation Services Lot 5: Leadership Development Training and Support Services Lot 6: Careers Advice and Guidance Services Lot 7: Technology and Integration Services

Lot Information

SEND Advisory Services

SEND stands for Special Educational Needs and Disabilities. It is an area that is harnessing more attention as various disabilities, including mental health, garner the traction and attention they quite rightly deserve and the support that pupils need. There were 1.7 million pupils in 2024 in the UK confirmed to have special educational needs (SEN), accounting for 18.7% of all pupils1. The SEND Advisory Services Lot of this framework agreement will contain a set of suppliers who can provide services to both mainstream and specialist schools, on the best way to implement processes and policies to provide children with SEND the support they need in the school environment. The services provided via this Lot will look to assist with the below key issues identified by Ofsted3: * Needing a pupil-centred approach when identifying needs and planning provision, but staff do not always know the pupils well enough to do this * Teaching a curriculum to pupils that is not properly sequenced or well matched to their needs * Mechanisms for co-production with parents and carers are often in place but implementation is not always meaningful, which impacts how far schools can tailor provision to children's needs * SENCos do not have enough time to carry out their responsibilities and access continuing professional development * Some pupils receive support from external services, but not always to the extent they need, and can occasionally lead to families funding this provision themselves Local authorities are being encouraged to assist pupils with SEND in mainstream schools where possible, however local authority funding is ever depleting and the scheme that allows these authorities to keep the deficit they have amassed related to assisting pupils with SEND off their books is expiring imminently2. Lack of available places for students in specialist schools is an ongoing issue. There are pupils who have the higher level SEND needs in public schools who can apply to attain a legally entitled education, health, and care plan (EHCP) via their local authorities. Mainstream schools are trying to manage the number of pupils needing additional support whilst operating in environments that have more children enrolled than there are places. Whilst all mainstream schools must have a Special Educational Needs Co-ordinator (SENDCO), who has completed the mandatory NPQ qualification, this service provision is to assist schools with the implementation of a plan, how best to manage these pupils, preparing for fluctuations in the number of pupils covered by SEND and any new strategies that may be identified and implemented to assist these schools. SENDCO are often full-time staff who are managing their day job alongside the added responsibilities and tasks needed in their role as SENDCO. Example services that can be provided via this Lot (not limited to): * Reviewing accessibility and inclusion in assessment design * Guidance on exam access arrangements and adjustments * Development of diagnostic tools to support EHCP or SEND decision-making * Evaluation of SEND strategies at MAT/local authority level * Clarify that both in-school and strategic/technical consultancy services are in scope. Due to the fact that the individuals provided as part of this service are likely to operate in an educational setting, such as a classroom or a meeting room, we require enhanced DBS checks on all these staff.

Renewal: This is an Open Framework under the Procurement Act 2023. Therefore, there is the potential for the Open Framework to be eight years in length (three or more iterations).

Curriculum Development and Assessment

This Lot is proposed to provide training programs, or design, implementation, and evaluation services to enable effective curricula and assessment strategies. Suggested areas this Lot will cover are: * Needs assessment to determine the goals, learner demographics, subject matter, and educational standards required for the curriculum * Developing structured curricula based on educational standards, industry requirements, and institutional goals * Writing, organising, and reviewing educational content, ensuring it is accurate, relevant, and age appropriate * Ensuring the curriculum aligns with local, national, or international standards * Developing inclusive and differentiated strategies to cater to diverse learning needs, including students with disabilities, English Language Learners (ELL), and gifted students * Developing frameworks for formative, summative, diagnostic, and authentic assessments that measure student progress and mastery of the curriculum * Analysing assessment data to identify trends in student performance, gaps in learning, and areas for improvement in both teaching and curriculum * Recommending methods for delivering effective feedback to learners and educators, including strategies for both formative and summative assessments o Conducting workshops and training sessions o Building the capacity of educational staff to assess and evaluate curriculum effectiveness, design assessments, and interpret data o Analysing the effectiveness of existing curriculum and assessments, making recommendations for updates or modifications based on performance data and feedback o Ensuring that the curriculum and assessment methods align with best practices, regulatory standards, and accreditation guidelines * National/international benchmarking and standards mapping * Online and adaptive assessment strategies * Technical expertise in psychometrics and validity studies * Curriculum mapping and design using learning progressions Due to the fact that the individuals provided as part of this service are likely to operate in an educational setting, such as a classroom or a meeting room, we require DBS checks on all these staff.

Renewal: This is an Open Framework under the Procurement Act 2023. Therefore, there is the potential for the Open Framework to be eight years in length (three or more iterations).

Therapy and Psychology Services

This service provision is intended to provide an alternative solution to a Student Assistance Programme (SAP), which can currently be procured through LUPC's Occupational Health framework, which provides for the option for members to meet their occupational health (OHS), employee assistance (EAP), and student support services through digital apps. In contract, the Therapy and Psychology Services will provide support through: * Therapists for pupils on an a-hoc one-on-one basis * In-house therapists for pupils on a long-term basis * On-demand therapists for short-notice requirements * Group therapy with varying frequency * Ad-hoc therapy for staff * Whole-class therapy focused work * CBT-informed therapy * Parent-child training sessions * Teaching training sessions Due to the fact that the individuals provided as part of this service are likely to operate in an educational setting, such as a classroom or a meeting room, we require enhanced DBS checks on all these staff.

Renewal: This is an Open Framework under the Procurement Act 2023. Therefore, there is the potential for the Open Framework to be eight years in length (three or more iterations).

Translation and Interpretation Services

Over one million pupils in schools in England do not have English as their first language. This does not necessarily mean that they are not fluent in English, however this may impact their family's ability to communicate with teachers and other school staff, which can cause many issues when the school needs to feedback to parents on their children's progress or behaviour. No pupil's education should be impacted due to the language of which they or their families speak, and the steady increase in pupils without English as their first language has led to an increased requirement for these services. The provision of translation and interpretation services may cover a range of requirements, including but not limited to: * Translation of documentation: o Course materials, textbooks, and other teaching materials o Student/parent consent forms o Enrolment information o Online forms o Grade records o Website and online documentation o E-learning, video content and multimedia learning resources * Translation of assessments * Translation and interpretation services with pupils * Translation and interpretation services with parents of pupils * Facilitate communication between your staff, students, and their parents * Telephone interpreting * Remote video interpreting Qualifications: The ATC Certification provides worldwide certification services for ISO standards in translation and interpreting services, quality and business management Leadership Development Training and Support Services. We do not require suppliers to be certified, but those suppliers who are not must provide evidence that their processes and procedures align to the certification, and this shall be determined as part of the quality assessment in the tender exercise that will be posted following this preliminary market engagement exercise. Due to the fact that the individuals provided as part of this service are likely to operate in an educational setting, such as a classroom or a meeting room, we require DBS checks on all these staff.

Renewal: This is an Open Framework under the Procurement Act 2023. Therefore, there is the potential for the Open Framework to be eight years in length (three or more iterations).

Leadership Development Training and Support Services

Strong and effective leadership is a cornerstone of successful educational outcomes. With increasing pressures on schools to deliver high-quality education amidst evolving challenges-ranging from funding constraints to rising pupil needs-school leaders must be equipped with the skills, knowledge, and resilience to lead with confidence and clarity. This Lot will include a range of providers capable of delivering leadership development training and support services to senior leaders, middle leaders, and aspiring leaders across mainstream and specialist educational settings. The services will be designed to support leadership at all levels, from headteachers and executive leaders to SENDCOs and department heads, ensuring that leadership capacity is built sustainably across the education system. Key areas of focus: * Strategic Leadership and Vision Setting - Supporting leaders in developing and communicating a clear, inclusive, and future-focused vision for their schools, aligned with national priorities and local community needs * Change Management and School Improvement - Training in leading through change, implementing school improvement plans, and using data-driven approaches to raise standards and close attainment gaps * Inclusive Leadership - Equipping leaders with the tools to foster inclusive school cultures, particularly in relation to SEND, mental health, emotional intelligence and adaptability * Coaching and Mentoring - Providing structured coaching and mentoring programmes to support leadership development, succession planning, and reflective practice * Workforce Development and Staff Wellbeing - Helping leaders to build resilient teams, manage staff performance, and promote wellbeing and retention in a high-pressure environment * Governance and Accountability - Training on effective governance, compliance with statutory responsibilities, and working with governing bodies and local authorities * Assessment Leadership - Support for exam officers, assessment leads, and heads of department on data, moderation, and quality assurance * Strategic Planning & Improvement (School development planning, Theory of Change, use of data and diagnostics) * Governance Training (Chair and board development, statutory duties, oversight of curriculum, safeguarding) * Coaching and Mentoring (1:1 or group-based, especially for new or challenged leaders) * Inspection Readiness (Support for leadership teams preparing for Ofsted/Estyn/ISIs inspections)

Renewal: This is an Open Framework under the Procurement Act 2023. Therefore, there is the potential for the Open Framework to be eight years in length (three or more iterations).

Careers Advice and Guidance Services

Maintained schools and Pupil Referral Units (PRUs) have a statutory duty to ensure that all registered pupils, from year 8 to year 13, are provided with independent and impartial careers guidance. Further Education Colleges also have a similar requirement. Where internal resource is limited, or the provision of a free service does not cover everything the member wants or requires, they may reach out to external suppliers to provide a variety of services, including but not limited to: * Impartial careers advice to pupils * Impartial careers advice to parents * Mock interviews (group or individual) * Guidance on applications for jobs * Higher education guidance and recommendations * Training on careers for school staff * Implementation of talks and advice directly with employers * CV workshops and guidance * Academic monitoring and mentoring * Implementation of a programme to improve internal career advice and guidance * Review of current provision * Support on results day * Drop-in day sessions * Options meeting for pupils, parents, or both * Assistance with arranging and running careers fairs Due to the fact that the individuals provided as part of this service are likely to operate in an educational setting, such as a classroom or a meeting room, we require DBS checks on all these staff.

Renewal: This is an Open Framework under the Procurement Act 2023. Therefore, there is the potential for the Open Framework to be eight years in length (three or more iterations).

Technology and Integration Services

This Lot will offer a range of tasks aimed at assisting CPC members in the implementation of modern technology into their existing systems, improving their technology infrastructure, and optimising the use of technology to meet business goals. Suggested areas this Lot will cover: * Evaluation of business processes and objectives to understand the technology requirements * Identifying how technology integration can address gaps or inefficiencies * Analysing the existing IT infrastructure, software, hardware, and systems to assess compatibility with innovative solutions * Stakeholder engagement (management, IT teams, business departments) to understand requirements * Completed SWOT Analysis related to the current technology model * Development of a strategic technology integration roadmap aligned with the organisation's business goals, timelines, and budget * Assist in the evaluation and selection of appropriate technologies, platforms, or third-party services * Define how new technologies will be integrated with existing systems, considering data flow, workflows, user roles, and business processes * Identify potential risks associated with integration, such as data security issues, downtime, or user adoption challenges * Design the architecture of the new integrated technology environment, ensuring scalability, performance, and security * Develop data integration strategies, including data migration, transformation, and mapping from legacy systems to new platforms * Design the integration points and APIs required to link various systems and ensure smooth data exchange * Oversee the project management of the integration process * Manage the installation, setup, and deployment of the integrated systems, software, or technologies * Facilitate change management processes to ensure smooth transitions, including communication, training, and support for end-users * Oversee user acceptance testing (UAT), integration testing, and troubleshooting to ensure the system works as intended * Training and documentation * Ongoing support to address issues, monitor system performance, and assist in resolving post-deployment challenges * Monitor and evaluate the performance of the integrated systems and suggest improvements or optimisations * Ongoing Optimisation: Regularly assess the integrated systems to identify opportunities for further optimisation, automation, or enhancement * Maintenance plans for updates and patches to ensure the system remains effective and secure over time * IT infrastructure vulnerability assessments and testing (including both reactive and proactive measures) * Asset management and licence renewals * Digital assessment platforms - Design, procurement, integration and delivery of e-assessment systems * Curriculum and learning platforms - Support for online CPD, curriculum delivery platforms, digital content integration * AI in education systems - Emerging area (adaptive testing, NLP-based feedback tools, etc.)

Renewal: This is an Open Framework under the Procurement Act 2023. Therefore, there is the potential for the Open Framework to be eight years in length (three or more iterations).

Planning Information

Engagement

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-050b35
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/014961-2026
Current Stage
Award
All Stages
Planning, Tender, Award

Procurement Classification

Notice Type
UK7 - Contract Details Notice
Procurement Type
Framework
Procurement Category
Services
Procurement Method
Open
Procurement Method Details
Open procedure
Tender Suitability
SME, VCSE
Awardee Scale
Large, SME

Common Procurement Vocabulary (CPV)

CPV Divisions

72 - IT services: consulting, software development, Internet and support

80 - Education and training services

85 - Health and social work services


CPV Codes

72220000 - Systems and technical consultancy services

72230000 - Custom software development services

72240000 - Systems analysis and programming services

72250000 - System and support services

72260000 - Software-related services

72500000 - Computer-related services

72600000 - Computer support and consultancy services

72700000 - Computer network services

72800000 - Computer audit and testing services

80000000 - Education and training services

85121270 - Psychiatrist or psychologist services

Notice Value(s)

Tender Value
£11,061,000 £10M-£100M
Lots Value
£11,061,000 £10M-£100M
Awards Value
£11,061,000 £10M-£100M
Contracts Value
£11,061,000 £10M-£100M

Notice Dates

Publication Date
18 Feb 20264 days ago
Submission Deadline
29 Oct 2025Expired
Future Notice Date
7 Jul 2025Expired
Award Date
23 Dec 20252 months ago
Contract Period
2 Feb 2026 - 1 Feb 2028 1-2 years
Recurrence
2027-09-30

Notice Status

Tender Status
Complete
Lots Status
Complete
Awards Status
Active
Contracts Status
Active

Contracting Authority (Buyer)

Main Buyer
CRESCENT PURCHASING LIMITED
Additional Buyers

CRESCENT PURCHASING CONSORTIUM LIMITED

Contact Name
Katherine Orme
Contact Email
k.orme@thecpc.ac.uk, tenders@thecpc.ac.uk
Contact Phone
0161 535 0122

Buyer Location

Locality
SALFORD
Postcode
M6 6AJ
Post Town
Manchester
Country
England

Major Region (ITL 1)
TLD North West (England)
Basic Region (ITL 2)
TLD3 Greater Manchester
Small Region (ITL 3)
TLD34 Greater Manchester South West
Delivery Location
Not specified

Local Authority
Salford
Electoral Ward
Pendleton & Charlestown
Westminster Constituency
Salford

Supplier Information

Number of Suppliers
20
Supplier Names

3XT SOLUTIONS LTD (TRADING AS AEO CONSULTING

AA GLOBAL LANGUAGE SERVICES

ALPHAPLUS CONSULTANCY

BAPON IT SERVICES

D A LANGUAGES

DOZA CONSULTING

ESS EDUCATION AND SUPPORT SERVICES

HI-IMPACT CONSULTANCY

LANGUAGE EMPIRE

LEVETT CONSULTANCY

LINGUIST POINT

MATHEMATICS IN EDUCATION AND INDUSTRY

MEDICURE PROFESSIONALS

MIGRANT HELP TRADING LIMITED TRADING AS CLEAR VOICE

MINDSET TECHNOLOGIES

MISSION

MPLOY SOLUTIONS

ONE EDUCATION

SILENT SOUNDS COMMUNICATIONS

TEESSIDE UNIVERSITY

Further Information

Notice Documents

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-050b35-2026-02-18T16:33:32Z",
    "date": "2026-02-18T16:33:32Z",
    "ocid": "ocds-h6vhtk-050b35",
    "initiationType": "tender",
    "parties": [
        {
            "id": "GB-PPON-PZPR-8554-XHNX",
            "name": "Crescent Purchasing Consortium Limited",
            "identifier": {
                "scheme": "GB-PPON",
                "id": "PZPR-8554-XHNX"
            },
            "address": {
                "streetAddress": "Procurement House, Leslie Hough Way",
                "locality": "Salford",
                "postalCode": "M6 6AJ",
                "country": "GB",
                "countryName": "United Kingdom",
                "region": "UKD34"
            },
            "contactPoint": {
                "name": "Katherine Orme",
                "email": "k.orme@thecpc.ac.uk",
                "telephone": "0161 535 0122"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "classifications": [
                    {
                        "id": "publicUndertaking",
                        "scheme": "UK_CA_TYPE",
                        "description": "Public undertaking"
                    }
                ]
            }
        },
        {
            "id": "GB-CHC-1130461",
            "name": "CRESCENT PURCHASING LIMITED",
            "identifier": {
                "scheme": "GB-CHC",
                "id": "1130461"
            },
            "additionalIdentifiers": [
                {
                    "scheme": "GB-PPON",
                    "id": "PZPR-8554-XHNX"
                }
            ],
            "address": {
                "streetAddress": "Procurement House, 23 Leslie Hough Way",
                "locality": "Salford",
                "postalCode": "M6 6AJ",
                "country": "GB",
                "countryName": "United Kingdom",
                "region": "UKD34"
            },
            "contactPoint": {
                "email": "tenders@thecpc.ac.uk"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "url": "http://www.thecpc.ac.uk/",
                "classifications": [
                    {
                        "id": "publicAuthoritySubCentralGovernment",
                        "scheme": "UK_CA_TYPE",
                        "description": "Public authority - sub-central government"
                    }
                ]
            }
        },
        {
            "id": "GB-CHC-1204966",
            "name": "ESS EDUCATION AND SUPPORT SERVICES",
            "identifier": {
                "scheme": "GB-CHC",
                "id": "1204966"
            },
            "additionalIdentifiers": [
                {
                    "scheme": "GB-PPON",
                    "id": "PYRB-2132-YHJW"
                }
            ],
            "address": {
                "streetAddress": "Somerton Road",
                "locality": "Langport",
                "postalCode": "TA10 9SJ",
                "country": "GB",
                "countryName": "United Kingdom",
                "region": "UKK23"
            },
            "contactPoint": {
                "email": "info@myess.co.uk"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "url": "http://www.myess.co.uk",
                "scale": "large",
                "vcse": true,
                "publicServiceMissionOrganization": false,
                "shelteredWorkshop": false
            }
        },
        {
            "id": "GB-COH-08396434",
            "name": "MEDICURE PROFESSIONALS LIMITED",
            "identifier": {
                "scheme": "GB-COH",
                "id": "08396434"
            },
            "additionalIdentifiers": [
                {
                    "scheme": "GB-PPON",
                    "id": "PJYZ-6183-WNYG"
                }
            ],
            "address": {
                "streetAddress": "Camperdene House",
                "locality": "Chipping Campden",
                "postalCode": "GL55 6AT",
                "country": "GB",
                "countryName": "United Kingdom",
                "region": "UKK13"
            },
            "contactPoint": {
                "email": "raherne@medicurepro.co.uk"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "url": "http://hg-mh.com",
                "scale": "sme",
                "vcse": false,
                "publicServiceMissionOrganization": false,
                "shelteredWorkshop": false
            }
        },
        {
            "id": "GB-COH-07690416",
            "name": "ONE EDUCATION LIMITED",
            "identifier": {
                "scheme": "GB-COH",
                "id": "07690416"
            },
            "additionalIdentifiers": [
                {
                    "scheme": "GB-PPON",
                    "id": "PBTT-3957-RMGX"
                }
            ],
            "address": {
                "streetAddress": "Alexandra House",
                "locality": "Manchester",
                "postalCode": "M15 5GX",
                "country": "GB",
                "countryName": "United Kingdom",
                "region": "UKD33"
            },
            "contactPoint": {
                "email": "info@oneeducation.co.uk"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "url": "http://www.oneeducation.co.uk",
                "scale": "sme",
                "vcse": false,
                "publicServiceMissionOrganization": false,
                "shelteredWorkshop": false
            }
        },
        {
            "id": "GB-COH-04801609",
            "name": "ALPHAPLUS CONSULTANCY LIMITED",
            "identifier": {
                "scheme": "GB-COH",
                "id": "04801609"
            },
            "additionalIdentifiers": [
                {
                    "scheme": "GB-PPON",
                    "id": "PTGJ-9535-GDQG"
                }
            ],
            "address": {
                "streetAddress": "AlphaPlus C/o Aqa Education Ltd, Devas Street",
                "locality": "Manchester",
                "postalCode": "M15 6EX",
                "country": "GB",
                "countryName": "United Kingdom",
                "region": "UKD33"
            },
            "contactPoint": {
                "email": "tenders@alphaplus.co.uk"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "url": "http://www.alphaplus.co.uk",
                "scale": "large",
                "vcse": false,
                "publicServiceMissionOrganization": false,
                "shelteredWorkshop": false
            }
        },
        {
            "id": "GB-COH-06704406",
            "name": "HI-IMPACT CONSULTANCY LIMITED",
            "identifier": {
                "scheme": "GB-COH",
                "id": "06704406"
            },
            "additionalIdentifiers": [
                {
                    "scheme": "GB-PPON",
                    "id": "PNJP-2322-XGNV"
                }
            ],
            "address": {
                "streetAddress": "Egerton House 2 Tower Road",
                "locality": "Wirral",
                "postalCode": "CH41 1FN",
                "country": "GB",
                "countryName": "United Kingdom",
                "region": "UKD74"
            },
            "contactPoint": {
                "email": "kyliereid@hi-impact.co.uk"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "url": "http://www.hi-impact.co.uk",
                "scale": "sme",
                "vcse": false,
                "publicServiceMissionOrganization": false,
                "shelteredWorkshop": false
            }
        },
        {
            "id": "GB-COH-03265490",
            "name": "MATHEMATICS IN EDUCATION AND INDUSTRY",
            "identifier": {
                "scheme": "GB-COH",
                "id": "03265490"
            },
            "additionalIdentifiers": [
                {
                    "scheme": "GB-PPON",
                    "id": "PBZN-1439-XTWQ"
                }
            ],
            "address": {
                "streetAddress": "Monckton House, Epsom Centre, White Horse Business Park",
                "locality": "Trowbridge",
                "postalCode": "BA14 0XG",
                "country": "GB",
                "countryName": "United Kingdom",
                "region": "UKK15"
            },
            "contactPoint": {
                "email": "businessdevelopment@mei.org.uk"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "url": "http://mei.org.uk",
                "scale": "sme",
                "vcse": false,
                "publicServiceMissionOrganization": false,
                "shelteredWorkshop": false
            }
        },
        {
            "id": "GB-COH-11092048",
            "name": "MINDSET TECHNOLOGIES LTD",
            "identifier": {
                "scheme": "GB-COH",
                "id": "11092048"
            },
            "additionalIdentifiers": [
                {
                    "scheme": "GB-PPON",
                    "id": "PDPB-1854-YBLJ"
                }
            ],
            "address": {
                "streetAddress": "C/O Cc Young & Co, 3rd Floor, The Bloomsbury Building",
                "locality": "Holborn",
                "postalCode": "WC1A 2SL",
                "country": "GB",
                "countryName": "United Kingdom",
                "region": "UKI31"
            },
            "contactPoint": {
                "email": "mindstep@publicsectoraccess.co.uk"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "url": "https://letsmindstep.com/",
                "scale": "sme",
                "vcse": false,
                "publicServiceMissionOrganization": false,
                "shelteredWorkshop": false
            }
        },
        {
            "id": "GB-COH-04299764",
            "name": "AA GLOBAL LANGUAGE SERVICES LIMITED",
            "identifier": {
                "scheme": "GB-COH",
                "id": "04299764"
            },
            "additionalIdentifiers": [
                {
                    "scheme": "GB-PPON",
                    "id": "PJWQ-9858-LVCP"
                }
            ],
            "address": {
                "streetAddress": "Francis House",
                "locality": "Hull",
                "postalCode": "HU1 1UD",
                "country": "GB",
                "countryName": "United Kingdom",
                "region": "UKE11"
            },
            "contactPoint": {
                "email": "procurement@aaglobal.co.uk"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "url": "https://www.aaglobal.co.uk/",
                "scale": "sme",
                "vcse": false,
                "publicServiceMissionOrganization": false,
                "shelteredWorkshop": false
            }
        },
        {
            "id": "GB-COH-05684239",
            "name": "MIGRANT HELP TRADING LIMITED trading as CLEAR VOICE",
            "identifier": {
                "scheme": "GB-COH",
                "id": "05684239"
            },
            "additionalIdentifiers": [
                {
                    "scheme": "GB-PPON",
                    "id": "PZGZ-5864-WNBY"
                }
            ],
            "address": {
                "streetAddress": "128 City Road",
                "locality": "London",
                "postalCode": "EC1V 2NX",
                "country": "GB",
                "countryName": "United Kingdom",
                "region": "UKI43"
            },
            "contactPoint": {
                "email": "contracts@clearvoice.org.uk"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "url": "https://clearvoice.org.uk/",
                "scale": "sme",
                "vcse": false,
                "publicServiceMissionOrganization": false,
                "shelteredWorkshop": false
            }
        },
        {
            "id": "GB-COH-06207784",
            "name": "D A LANGUAGES LIMITED",
            "identifier": {
                "scheme": "GB-COH",
                "id": "06207784"
            },
            "additionalIdentifiers": [
                {
                    "scheme": "GB-PPON",
                    "id": "PHLH-7424-WMWT"
                }
            ],
            "address": {
                "streetAddress": "Suite 4a Statham House Talbot Road",
                "locality": "Manchester",
                "postalCode": "M32 0FP",
                "country": "GB",
                "countryName": "United Kingdom",
                "region": "UKD34"
            },
            "contactPoint": {
                "email": "tenders@dals.co.uk"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "url": "https://dals.co.uk/",
                "scale": "sme",
                "vcse": false,
                "publicServiceMissionOrganization": false,
                "shelteredWorkshop": false
            }
        },
        {
            "id": "GB-COH-05535464",
            "name": "LANGUAGE EMPIRE LIMITED",
            "identifier": {
                "scheme": "GB-COH",
                "id": "05535464"
            },
            "additionalIdentifiers": [
                {
                    "scheme": "GB-PPON",
                    "id": "PTGB-8974-PTTW"
                }
            ],
            "address": {
                "streetAddress": "Empire House",
                "locality": "Rochdale",
                "postalCode": "OL12 6AE",
                "country": "GB",
                "countryName": "United Kingdom",
                "region": "UKD37"
            },
            "contactPoint": {
                "email": "tenders@empire-groupuk.com"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "url": "http://www.language-empire.co.uk",
                "scale": "sme",
                "vcse": false,
                "publicServiceMissionOrganization": false,
                "shelteredWorkshop": false
            }
        },
        {
            "id": "GB-COH-09968522",
            "name": "LINGUIST POINT C.I.C.",
            "identifier": {
                "scheme": "GB-COH",
                "id": "09968522"
            },
            "additionalIdentifiers": [
                {
                    "scheme": "GB-PPON",
                    "id": "PXJZ-3651-CBCX"
                }
            ],
            "address": {
                "streetAddress": "679 High Road Leyton",
                "locality": "London",
                "postalCode": "E10 6RA",
                "country": "GB",
                "countryName": "United Kingdom",
                "region": "UKI53"
            },
            "contactPoint": {
                "email": "info@linguistpoint.co.uk"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "url": "https://linguistpoint.co.uk/",
                "scale": "sme",
                "vcse": true,
                "publicServiceMissionOrganization": false,
                "shelteredWorkshop": false
            }
        },
        {
            "id": "GB-COH-08043043",
            "name": "SILENT SOUNDS COMMUNICATIONS LTD",
            "identifier": {
                "scheme": "GB-COH",
                "id": "08043043"
            },
            "additionalIdentifiers": [
                {
                    "scheme": "GB-PPON",
                    "id": "PZYX-2969-DCHR"
                }
            ],
            "address": {
                "streetAddress": "9 - 10 Manor Courtyard Hughenden Avenue",
                "locality": "High Wycombe",
                "postalCode": "HP13 5RE",
                "country": "GB",
                "countryName": "United Kingdom",
                "region": "UKJ13"
            },
            "contactPoint": {
                "email": "matthew.winn@silent-sounds.co.uk"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "url": "https://silent-sounds.co.uk/",
                "scale": "sme",
                "vcse": false,
                "publicServiceMissionOrganization": false,
                "shelteredWorkshop": false
            }
        },
        {
            "id": "GB-UKPRN-10007161",
            "name": "TEESSIDE UNIVERSITY",
            "identifier": {
                "scheme": "GB-UKPRN",
                "id": "10007161"
            },
            "additionalIdentifiers": [
                {
                    "scheme": "GB-PPON",
                    "id": "PNHW-8344-ZGMY"
                }
            ],
            "address": {
                "streetAddress": "Borough Road",
                "locality": "Middlesbrough",
                "postalCode": "TS1 3BX",
                "country": "GB",
                "countryName": "United Kingdom",
                "region": "UKC12"
            },
            "contactPoint": {
                "email": "FCDProcurement@tees.ac.uk"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "url": "http://www.tees.ac.uk",
                "scale": "large",
                "vcse": false,
                "publicServiceMissionOrganization": false,
                "shelteredWorkshop": false
            }
        },
        {
            "id": "GB-COH-04767110",
            "name": "MISSION INC LTD",
            "identifier": {
                "scheme": "GB-COH",
                "id": "04767110"
            },
            "additionalIdentifiers": [
                {
                    "scheme": "GB-PPON",
                    "id": "PRXM-1834-ZVGD"
                }
            ],
            "address": {
                "streetAddress": "17, Block Royal William Yard",
                "locality": "Plymouth",
                "postalCode": "PL1 3RP",
                "country": "GB",
                "countryName": "United Kingdom",
                "region": "UKK41"
            },
            "contactPoint": {
                "email": "commercial@missioninc.co.uk"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "url": "http://www.coachingandmentoring.co.uk",
                "scale": "sme",
                "vcse": false,
                "publicServiceMissionOrganization": false,
                "shelteredWorkshop": false
            }
        },
        {
            "id": "GB-COH-07696001",
            "name": "MPLOY SOLUTIONS LIMITED",
            "identifier": {
                "scheme": "GB-COH",
                "id": "07696001"
            },
            "additionalIdentifiers": [
                {
                    "scheme": "GB-PPON",
                    "id": "PJMC-3917-TQGJ"
                }
            ],
            "address": {
                "streetAddress": "9 Dalby Court",
                "locality": "Northwich",
                "postalCode": "CW9 7TN",
                "country": "GB",
                "countryName": "United Kingdom",
                "region": "UKD63"
            },
            "contactPoint": {
                "email": "norma.guest@mploysolutions.co.uk"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "url": "http://www.mploysolutions.co.uk",
                "scale": "sme",
                "vcse": false,
                "publicServiceMissionOrganization": false,
                "shelteredWorkshop": false
            }
        },
        {
            "id": "GB-COH-07531492",
            "name": "3XT SOLUTIONS LTD (trading as AEO Consulting)",
            "identifier": {
                "scheme": "GB-COH",
                "id": "07531492"
            },
            "address": {
                "streetAddress": "20-22 Wenlock Road",
                "locality": "London",
                "postalCode": "N1 7GU",
                "country": "GB",
                "countryName": "United Kingdom",
                "region": "UKI41"
            },
            "contactPoint": {
                "email": "sales@aeoconsulting.co.uk"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "scale": "sme",
                "vcse": false,
                "publicServiceMissionOrganization": false,
                "shelteredWorkshop": false,
                "url": "https://www.aeoconsulting.co.uk/"
            },
            "additionalIdentifiers": [
                {
                    "scheme": "GB-PPON",
                    "id": "PGGR-1232-QVYN"
                }
            ]
        },
        {
            "id": "GB-COH-14795862",
            "name": "BAPON IT SERVICES LTD",
            "identifier": {
                "scheme": "GB-COH",
                "id": "14795862"
            },
            "additionalIdentifiers": [
                {
                    "scheme": "GB-PPON",
                    "id": "PJHW-6185-PRPW"
                }
            ],
            "address": {
                "streetAddress": "Victory House, 400 Pavillion Drive",
                "locality": "Northampton",
                "postalCode": "NN4 7PA",
                "country": "GB",
                "countryName": "United Kingdom",
                "region": "UKF24"
            },
            "contactPoint": {
                "email": "contact@bapon.net"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "url": "http://www.bapon.net",
                "scale": "sme",
                "vcse": false,
                "publicServiceMissionOrganization": false,
                "shelteredWorkshop": false
            }
        },
        {
            "id": "GB-COH-14759116",
            "name": "DOZA CONSULTING LTD",
            "identifier": {
                "scheme": "GB-COH",
                "id": "14759116"
            },
            "additionalIdentifiers": [
                {
                    "scheme": "GB-PPON",
                    "id": "PYRZ-7879-ZZGQ"
                }
            ],
            "address": {
                "streetAddress": "Doza Consulting, Platform",
                "locality": "Leeds",
                "postalCode": "LS1 4JB",
                "country": "GB",
                "countryName": "United Kingdom",
                "region": "UKE42"
            },
            "contactPoint": {
                "email": "ccs@doza.consulting"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "url": "https://doza.consulting",
                "scale": "sme",
                "vcse": false,
                "publicServiceMissionOrganization": false,
                "shelteredWorkshop": false
            }
        },
        {
            "id": "GB-COH-06791604",
            "name": "LEVETT CONSULTANCY LIMITED",
            "identifier": {
                "scheme": "GB-COH",
                "id": "06791604"
            },
            "additionalIdentifiers": [
                {
                    "scheme": "GB-PPON",
                    "id": "PMDB-2844-WCYD"
                }
            ],
            "address": {
                "streetAddress": "Essex Technology & Innovation Centre",
                "locality": "Ongar",
                "postalCode": "CM5 0GA",
                "country": "GB",
                "countryName": "United Kingdom",
                "region": "UKH35"
            },
            "contactPoint": {
                "email": "tenders@levettconsultancy.co.uk"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "url": "https://levettconsultancy.co.uk/",
                "scale": "sme",
                "vcse": false,
                "publicServiceMissionOrganization": false,
                "shelteredWorkshop": false
            }
        }
    ],
    "buyer": {
        "id": "GB-CHC-1130461",
        "name": "CRESCENT PURCHASING LIMITED"
    },
    "planning": {
        "milestones": [
            {
                "id": "engagement",
                "type": "engagement",
                "description": "Engagement",
                "dueDate": "2025-06-02T23:59:59+01:00",
                "status": "scheduled"
            }
        ],
        "documents": [
            {
                "id": "018351-2025",
                "documentType": "marketEngagementNotice",
                "noticeType": "UK2",
                "description": "Preliminary market engagement notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/018351-2025",
                "datePublished": "2025-05-01T12:01:07+01:00",
                "format": "text/html"
            },
            {
                "id": "018370-2025",
                "documentType": "marketEngagementNotice",
                "noticeType": "UK2",
                "description": "Preliminary market engagement notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/018370-2025",
                "datePublished": "2025-05-01T12:15:48+01:00",
                "format": "text/html"
            }
        ]
    },
    "tender": {
        "id": "CPC/KO/02/2025",
        "legalBasis": {
            "id": "2023/54",
            "scheme": "UKPGA",
            "uri": "https://www.legislation.gov.uk/ukpga/2023/54/contents"
        },
        "title": "Education Professional Services",
        "description": "About the Education Professional Services Open Framework This Open framework has been awarded as the result of a fully regulated, above public procurement threshold tender exercise. The contracting authority for this framework is the Crescent Purchasing Consortium. The agreement started on 02/02/2026 and the Open Framework will run until 2034, as allowed under the Procurement Act 2023. The Open Framework will be opened after either the first 24 or 36 months, as included within the original tender ITT. The frequency of opening will be dependent upon the success of the first year. The Open Framework is a new service offering to CPC Members; there has been no prior framework in place for these services. The Open Framework allows advantageous pricing based on economies of scale from aggregated spend and affords the opportunity for CPC Members to develop a mutually beneficial, longer-term relationship with specialist suppliers. Lot Scope & Framework Suppliers The Framework is split into seven Lots as follows: Lot 1: SEND Advisory Services Lot 2: Curriculum Development and Assessment Lot 3: Therapy and Psychology Services Lot 4: Translation and Interpretation Services Lot 5: Leadership Development Training and Support Services Lot 6: Careers Advice and Guidance Services Lot 7: Technology and Integration Services",
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "80000000",
                        "description": "Education and training services"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UK",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "UK",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "UK",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    }
                ],
                "relatedLot": "1"
            },
            {
                "id": "2",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "80000000",
                        "description": "Education and training services"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UK",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    }
                ],
                "relatedLot": "2"
            },
            {
                "id": "3",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "80000000",
                        "description": "Education and training services"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UK",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    }
                ],
                "relatedLot": "3"
            },
            {
                "id": "4",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "80000000",
                        "description": "Education and training services"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UK",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    }
                ],
                "relatedLot": "4"
            },
            {
                "id": "5",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "80000000",
                        "description": "Education and training services"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UK",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    }
                ],
                "relatedLot": "5"
            },
            {
                "id": "6",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "80000000",
                        "description": "Education and training services"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UK",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    }
                ],
                "relatedLot": "6"
            },
            {
                "id": "7",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "80000000",
                        "description": "Education and training services"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UK",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    }
                ],
                "relatedLot": "7"
            }
        ],
        "value": {
            "amountGross": 13273200,
            "amount": 11061000,
            "currency": "GBP"
        },
        "mainProcurementCategory": "services",
        "aboveThreshold": true,
        "lots": [
            {
                "id": "1",
                "suitability": {
                    "sme": true,
                    "vcse": true
                },
                "contractPeriod": {
                    "startDate": "2026-01-12T00:00:00Z",
                    "endDate": "2028-01-11T23:59:59Z",
                    "maxExtentDate": "2034-01-11T23:59:59Z"
                },
                "status": "complete",
                "title": "SEND Advisory Services",
                "description": "SEND stands for Special Educational Needs and Disabilities. It is an area that is harnessing more attention as various disabilities, including mental health, garner the traction and attention they quite rightly deserve and the support that pupils need. There were 1.7 million pupils in 2024 in the UK confirmed to have special educational needs (SEN), accounting for 18.7% of all pupils1. The SEND Advisory Services Lot of this framework agreement will contain a set of suppliers who can provide services to both mainstream and specialist schools, on the best way to implement processes and policies to provide children with SEND the support they need in the school environment. The services provided via this Lot will look to assist with the below key issues identified by Ofsted3: * Needing a pupil-centred approach when identifying needs and planning provision, but staff do not always know the pupils well enough to do this * Teaching a curriculum to pupils that is not properly sequenced or well matched to their needs * Mechanisms for co-production with parents and carers are often in place but implementation is not always meaningful, which impacts how far schools can tailor provision to children's needs * SENCos do not have enough time to carry out their responsibilities and access continuing professional development * Some pupils receive support from external services, but not always to the extent they need, and can occasionally lead to families funding this provision themselves Local authorities are being encouraged to assist pupils with SEND in mainstream schools where possible, however local authority funding is ever depleting and the scheme that allows these authorities to keep the deficit they have amassed related to assisting pupils with SEND off their books is expiring imminently2. Lack of available places for students in specialist schools is an ongoing issue. There are pupils who have the higher level SEND needs in public schools who can apply to attain a legally entitled education, health, and care plan (EHCP) via their local authorities. Mainstream schools are trying to manage the number of pupils needing additional support whilst operating in environments that have more children enrolled than there are places. Whilst all mainstream schools must have a Special Educational Needs Co-ordinator (SENDCO), who has completed the mandatory NPQ qualification, this service provision is to assist schools with the implementation of a plan, how best to manage these pupils, preparing for fluctuations in the number of pupils covered by SEND and any new strategies that may be identified and implemented to assist these schools. SENDCO are often full-time staff who are managing their day job alongside the added responsibilities and tasks needed in their role as SENDCO. Example services that can be provided via this Lot (not limited to): * Reviewing accessibility and inclusion in assessment design * Guidance on exam access arrangements and adjustments * Development of diagnostic tools to support EHCP or SEND decision-making * Evaluation of SEND strategies at MAT/local authority level * Clarify that both in-school and strategic/technical consultancy services are in scope. Due to the fact that the individuals provided as part of this service are likely to operate in an educational setting, such as a classroom or a meeting room, we require enhanced DBS checks on all these staff.",
                "value": {
                    "amountGross": 1800000,
                    "amount": 1500000,
                    "currency": "GBP"
                },
                "awardCriteria": {
                    "criteria": [
                        {
                            "type": "price",
                            "name": "Price",
                            "numbers": [
                                {
                                    "number": 40,
                                    "weight": "percentageExact"
                                }
                            ]
                        },
                        {
                            "type": "quality",
                            "name": "Quality",
                            "numbers": [
                                {
                                    "number": 60,
                                    "weight": "percentageExact"
                                }
                            ]
                        }
                    ]
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "This is an Open Framework under the Procurement Act 2023. Therefore, there is the potential for the Open Framework to be eight years in length (three or more iterations)."
                }
            },
            {
                "id": "2",
                "title": "Curriculum Development and Assessment",
                "description": "This Lot is proposed to provide training programs, or design, implementation, and evaluation services to enable effective curricula and assessment strategies. Suggested areas this Lot will cover are: * Needs assessment to determine the goals, learner demographics, subject matter, and educational standards required for the curriculum * Developing structured curricula based on educational standards, industry requirements, and institutional goals * Writing, organising, and reviewing educational content, ensuring it is accurate, relevant, and age appropriate * Ensuring the curriculum aligns with local, national, or international standards * Developing inclusive and differentiated strategies to cater to diverse learning needs, including students with disabilities, English Language Learners (ELL), and gifted students * Developing frameworks for formative, summative, diagnostic, and authentic assessments that measure student progress and mastery of the curriculum * Analysing assessment data to identify trends in student performance, gaps in learning, and areas for improvement in both teaching and curriculum * Recommending methods for delivering effective feedback to learners and educators, including strategies for both formative and summative assessments o Conducting workshops and training sessions o Building the capacity of educational staff to assess and evaluate curriculum effectiveness, design assessments, and interpret data o Analysing the effectiveness of existing curriculum and assessments, making recommendations for updates or modifications based on performance data and feedback o Ensuring that the curriculum and assessment methods align with best practices, regulatory standards, and accreditation guidelines * National/international benchmarking and standards mapping * Online and adaptive assessment strategies * Technical expertise in psychometrics and validity studies * Curriculum mapping and design using learning progressions Due to the fact that the individuals provided as part of this service are likely to operate in an educational setting, such as a classroom or a meeting room, we require DBS checks on all these staff.",
                "status": "complete",
                "value": {
                    "amountGross": 860400,
                    "amount": 717000,
                    "currency": "GBP"
                },
                "awardCriteria": {
                    "criteria": [
                        {
                            "type": "price",
                            "name": "Price",
                            "numbers": [
                                {
                                    "number": 40,
                                    "weight": "percentageExact"
                                }
                            ]
                        },
                        {
                            "type": "quality",
                            "name": "Quality",
                            "numbers": [
                                {
                                    "number": 60,
                                    "weight": "percentageExact"
                                }
                            ]
                        }
                    ]
                },
                "suitability": {
                    "sme": true
                },
                "contractPeriod": {
                    "startDate": "2026-01-12T00:00:00Z",
                    "endDate": "2028-01-11T23:59:59Z",
                    "maxExtentDate": "2034-01-11T23:59:59Z"
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "This is an Open Framework under the Procurement Act 2023. Therefore, there is the potential for the Open Framework to be eight years in length (three or more iterations)."
                }
            },
            {
                "id": "3",
                "title": "Therapy and Psychology Services",
                "description": "This service provision is intended to provide an alternative solution to a Student Assistance Programme (SAP), which can currently be procured through LUPC's Occupational Health framework, which provides for the option for members to meet their occupational health (OHS), employee assistance (EAP), and student support services through digital apps. In contract, the Therapy and Psychology Services will provide support through: * Therapists for pupils on an a-hoc one-on-one basis * In-house therapists for pupils on a long-term basis * On-demand therapists for short-notice requirements * Group therapy with varying frequency * Ad-hoc therapy for staff * Whole-class therapy focused work * CBT-informed therapy * Parent-child training sessions * Teaching training sessions Due to the fact that the individuals provided as part of this service are likely to operate in an educational setting, such as a classroom or a meeting room, we require enhanced DBS checks on all these staff.",
                "status": "complete",
                "value": {
                    "amountGross": 2880000,
                    "amount": 2400000,
                    "currency": "GBP"
                },
                "awardCriteria": {
                    "criteria": [
                        {
                            "type": "price",
                            "name": "Price",
                            "numbers": [
                                {
                                    "number": 40,
                                    "weight": "percentageExact"
                                }
                            ]
                        },
                        {
                            "type": "quality",
                            "name": "Quality",
                            "numbers": [
                                {
                                    "number": 60,
                                    "weight": "percentageExact"
                                }
                            ]
                        }
                    ]
                },
                "suitability": {
                    "sme": true
                },
                "contractPeriod": {
                    "startDate": "2026-01-12T00:00:00Z",
                    "endDate": "2028-01-11T23:59:59Z",
                    "maxExtentDate": "2034-01-11T23:59:59Z"
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "This is an Open Framework under the Procurement Act 2023. Therefore, there is the potential for the Open Framework to be eight years in length (three or more iterations)."
                }
            },
            {
                "id": "4",
                "title": "Translation and Interpretation Services",
                "description": "Over one million pupils in schools in England do not have English as their first language. This does not necessarily mean that they are not fluent in English, however this may impact their family's ability to communicate with teachers and other school staff, which can cause many issues when the school needs to feedback to parents on their children's progress or behaviour. No pupil's education should be impacted due to the language of which they or their families speak, and the steady increase in pupils without English as their first language has led to an increased requirement for these services. The provision of translation and interpretation services may cover a range of requirements, including but not limited to: * Translation of documentation: o Course materials, textbooks, and other teaching materials o Student/parent consent forms o Enrolment information o Online forms o Grade records o Website and online documentation o E-learning, video content and multimedia learning resources * Translation of assessments * Translation and interpretation services with pupils * Translation and interpretation services with parents of pupils * Facilitate communication between your staff, students, and their parents * Telephone interpreting * Remote video interpreting Qualifications: The ATC Certification provides worldwide certification services for ISO standards in translation and interpreting services, quality and business management Leadership Development Training and Support Services. We do not require suppliers to be certified, but those suppliers who are not must provide evidence that their processes and procedures align to the certification, and this shall be determined as part of the quality assessment in the tender exercise that will be posted following this preliminary market engagement exercise. Due to the fact that the individuals provided as part of this service are likely to operate in an educational setting, such as a classroom or a meeting room, we require DBS checks on all these staff.",
                "status": "complete",
                "value": {
                    "amountGross": 720000,
                    "amount": 600000,
                    "currency": "GBP"
                },
                "awardCriteria": {
                    "criteria": [
                        {
                            "type": "price",
                            "name": "Price",
                            "numbers": [
                                {
                                    "number": 40,
                                    "weight": "percentageExact"
                                }
                            ]
                        },
                        {
                            "type": "quality",
                            "name": "Quality",
                            "numbers": [
                                {
                                    "number": 60,
                                    "weight": "percentageExact"
                                }
                            ]
                        }
                    ]
                },
                "suitability": {
                    "sme": true
                },
                "contractPeriod": {
                    "startDate": "2026-01-12T00:00:00Z",
                    "endDate": "2028-01-11T23:59:59Z",
                    "maxExtentDate": "2034-01-11T23:59:59Z"
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "This is an Open Framework under the Procurement Act 2023. Therefore, there is the potential for the Open Framework to be eight years in length (three or more iterations)."
                }
            },
            {
                "id": "5",
                "title": "Leadership Development Training and Support Services",
                "description": "Strong and effective leadership is a cornerstone of successful educational outcomes. With increasing pressures on schools to deliver high-quality education amidst evolving challenges-ranging from funding constraints to rising pupil needs-school leaders must be equipped with the skills, knowledge, and resilience to lead with confidence and clarity. This Lot will include a range of providers capable of delivering leadership development training and support services to senior leaders, middle leaders, and aspiring leaders across mainstream and specialist educational settings. The services will be designed to support leadership at all levels, from headteachers and executive leaders to SENDCOs and department heads, ensuring that leadership capacity is built sustainably across the education system. Key areas of focus: * Strategic Leadership and Vision Setting - Supporting leaders in developing and communicating a clear, inclusive, and future-focused vision for their schools, aligned with national priorities and local community needs * Change Management and School Improvement - Training in leading through change, implementing school improvement plans, and using data-driven approaches to raise standards and close attainment gaps * Inclusive Leadership - Equipping leaders with the tools to foster inclusive school cultures, particularly in relation to SEND, mental health, emotional intelligence and adaptability * Coaching and Mentoring - Providing structured coaching and mentoring programmes to support leadership development, succession planning, and reflective practice * Workforce Development and Staff Wellbeing - Helping leaders to build resilient teams, manage staff performance, and promote wellbeing and retention in a high-pressure environment * Governance and Accountability - Training on effective governance, compliance with statutory responsibilities, and working with governing bodies and local authorities * Assessment Leadership - Support for exam officers, assessment leads, and heads of department on data, moderation, and quality assurance * Strategic Planning & Improvement (School development planning, Theory of Change, use of data and diagnostics) * Governance Training (Chair and board development, statutory duties, oversight of curriculum, safeguarding) * Coaching and Mentoring (1:1 or group-based, especially for new or challenged leaders) * Inspection Readiness (Support for leadership teams preparing for Ofsted/Estyn/ISIs inspections)",
                "status": "complete",
                "value": {
                    "amountGross": 172800,
                    "amount": 144000,
                    "currency": "GBP"
                },
                "awardCriteria": {
                    "criteria": [
                        {
                            "type": "price",
                            "name": "Price",
                            "numbers": [
                                {
                                    "number": 40,
                                    "weight": "percentageExact"
                                }
                            ]
                        },
                        {
                            "type": "quality",
                            "name": "Quality",
                            "numbers": [
                                {
                                    "number": 60,
                                    "weight": "percentageExact"
                                }
                            ]
                        }
                    ]
                },
                "suitability": {
                    "sme": true
                },
                "contractPeriod": {
                    "startDate": "2026-01-12T00:00:00Z",
                    "endDate": "2028-01-11T23:59:59Z",
                    "maxExtentDate": "2034-01-11T23:59:59Z"
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "This is an Open Framework under the Procurement Act 2023. Therefore, there is the potential for the Open Framework to be eight years in length (three or more iterations)."
                }
            },
            {
                "id": "6",
                "title": "Careers Advice and Guidance Services",
                "description": "Maintained schools and Pupil Referral Units (PRUs) have a statutory duty to ensure that all registered pupils, from year 8 to year 13, are provided with independent and impartial careers guidance. Further Education Colleges also have a similar requirement. Where internal resource is limited, or the provision of a free service does not cover everything the member wants or requires, they may reach out to external suppliers to provide a variety of services, including but not limited to: * Impartial careers advice to pupils * Impartial careers advice to parents * Mock interviews (group or individual) * Guidance on applications for jobs * Higher education guidance and recommendations * Training on careers for school staff * Implementation of talks and advice directly with employers * CV workshops and guidance * Academic monitoring and mentoring * Implementation of a programme to improve internal career advice and guidance * Review of current provision * Support on results day * Drop-in day sessions * Options meeting for pupils, parents, or both * Assistance with arranging and running careers fairs Due to the fact that the individuals provided as part of this service are likely to operate in an educational setting, such as a classroom or a meeting room, we require DBS checks on all these staff.",
                "status": "complete",
                "value": {
                    "amountGross": 2400000,
                    "amount": 2000000,
                    "currency": "GBP"
                },
                "awardCriteria": {
                    "criteria": [
                        {
                            "type": "price",
                            "name": "Price",
                            "numbers": [
                                {
                                    "number": 40,
                                    "weight": "percentageExact"
                                }
                            ]
                        },
                        {
                            "type": "quality",
                            "name": "Quality",
                            "numbers": [
                                {
                                    "number": 60,
                                    "weight": "percentageExact"
                                }
                            ]
                        }
                    ]
                },
                "suitability": {
                    "sme": true
                },
                "contractPeriod": {
                    "startDate": "2026-01-12T00:00:00Z",
                    "endDate": "2028-01-11T23:59:59Z",
                    "maxExtentDate": "2034-01-11T23:59:59Z"
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "This is an Open Framework under the Procurement Act 2023. Therefore, there is the potential for the Open Framework to be eight years in length (three or more iterations)."
                }
            },
            {
                "id": "7",
                "title": "Technology and Integration Services",
                "description": "This Lot will offer a range of tasks aimed at assisting CPC members in the implementation of modern technology into their existing systems, improving their technology infrastructure, and optimising the use of technology to meet business goals. Suggested areas this Lot will cover: * Evaluation of business processes and objectives to understand the technology requirements * Identifying how technology integration can address gaps or inefficiencies * Analysing the existing IT infrastructure, software, hardware, and systems to assess compatibility with innovative solutions * Stakeholder engagement (management, IT teams, business departments) to understand requirements * Completed SWOT Analysis related to the current technology model * Development of a strategic technology integration roadmap aligned with the organisation's business goals, timelines, and budget * Assist in the evaluation and selection of appropriate technologies, platforms, or third-party services * Define how new technologies will be integrated with existing systems, considering data flow, workflows, user roles, and business processes * Identify potential risks associated with integration, such as data security issues, downtime, or user adoption challenges * Design the architecture of the new integrated technology environment, ensuring scalability, performance, and security * Develop data integration strategies, including data migration, transformation, and mapping from legacy systems to new platforms * Design the integration points and APIs required to link various systems and ensure smooth data exchange * Oversee the project management of the integration process * Manage the installation, setup, and deployment of the integrated systems, software, or technologies * Facilitate change management processes to ensure smooth transitions, including communication, training, and support for end-users * Oversee user acceptance testing (UAT), integration testing, and troubleshooting to ensure the system works as intended * Training and documentation * Ongoing support to address issues, monitor system performance, and assist in resolving post-deployment challenges * Monitor and evaluate the performance of the integrated systems and suggest improvements or optimisations * Ongoing Optimisation: Regularly assess the integrated systems to identify opportunities for further optimisation, automation, or enhancement * Maintenance plans for updates and patches to ensure the system remains effective and secure over time * IT infrastructure vulnerability assessments and testing (including both reactive and proactive measures) * Asset management and licence renewals * Digital assessment platforms - Design, procurement, integration and delivery of e-assessment systems * Curriculum and learning platforms - Support for online CPD, curriculum delivery platforms, digital content integration * AI in education systems - Emerging area (adaptive testing, NLP-based feedback tools, etc.)",
                "status": "complete",
                "value": {
                    "amountGross": 4440000,
                    "amount": 3700000,
                    "currency": "GBP"
                },
                "awardCriteria": {
                    "criteria": [
                        {
                            "type": "price",
                            "name": "Price",
                            "numbers": [
                                {
                                    "number": 40,
                                    "weight": "percentageExact"
                                }
                            ]
                        },
                        {
                            "type": "quality",
                            "name": "Quality",
                            "numbers": [
                                {
                                    "number": 60,
                                    "weight": "percentageExact"
                                }
                            ]
                        }
                    ]
                },
                "suitability": {
                    "sme": true
                },
                "contractPeriod": {
                    "startDate": "2026-01-12T00:00:00Z",
                    "endDate": "2028-01-11T23:59:59Z",
                    "maxExtentDate": "2034-01-11T23:59:59Z"
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "This is an Open Framework under the Procurement Act 2023. Therefore, there is the potential for the Open Framework to be eight years in length (three or more iterations)."
                }
            }
        ],
        "communication": {
            "futureNoticeDate": "2025-07-07T23:59:59+01:00"
        },
        "status": "complete",
        "amendments": [
            {
                "id": "018370-2025",
                "description": "Added a link to MultiQuote to allow suppliers to access the document, submit of clarifications and submit the supplier response."
            }
        ],
        "procurementMethod": "open",
        "procurementMethodDetails": "Open procedure",
        "participationFees": [
            {
                "id": "ocds-h6vhtk-050b35",
                "type": [
                    "win"
                ],
                "relativeValue": {
                    "proportion": 0.015,
                    "monetaryValue": "award"
                },
                "description": "The Framework Fees shall represent 1% of the total value (net of VAT) of all sales to CPC Member Institutions. The Framework fee shall represent 1.5% of the total value (net of VAT) of all sales to the Wider Public Sector."
            }
        ],
        "techniques": {
            "hasFrameworkAgreement": true,
            "frameworkAgreement": {
                "isOpenFrameworkScheme": true,
                "method": "withAndWithoutReopeningCompetition",
                "type": "open",
                "buyerCategories": "CPC Members Crescent Services Limited Members NWUPC Members NEUPC Members",
                "description": "DIRECT AWARD Before opting to undertake a direct award of contract via this framework, a Member must first satisfy themselves that there is sufficient justification to Direct Award their contract by referencing the Procurement Act 2023. Below Threshold Direct Award If the total value of your contract does not exceed the public procurement threshold for services, you are able to direct award any of the suppliers across the framework. Above Threshold Direct Award If the total value of your contract exceeds the public procurement threshold for services, if you want to utilise a direct award option, you must utilise the ranked system, based on the supplier who scored the highest overall for quality and price combined on the original tender exercise. In the event the top scoring supplier is unable to deliver the requirement, the next highest ranked supplier can be approached etc. until a suitable supplier is identified. QUOTATIONS Members can utilise the CPC Quote Tool for below-threshold requirements, where Direct Award is not suitable. MINI COMPETITION CPC recommends that where institutions have a long-term, high risk and/or high value requirement they should utilise a Mini Competition (also known as a further competition), inviting all capable suppliers on the framework Lot to participate. Institutions must not choose between the suppliers on the framework, they must all be invited to participate if you are running a Mini Competition, and suppliers who have not been awarded a place on the framework cannot be invited to participate.",
                "openFrameworkSchemeEndDate": "2034-02-01T23:59:59Z",
                "buyerLocationRestrictions": [
                    {
                        "gazetteer": {
                            "scheme": "GB-ITL",
                            "identifiers": [
                                "UK"
                            ]
                        }
                    }
                ]
            }
        },
        "submissionMethodDetails": "CPC will be using the MultiQuote e-Tendering platform to carry out this tender. In order to express your interest in this tender and obtain the tender documents, please register or log in at: https://suppliers.multiquote.com/Page/Login.aspx If you have any issues when using MultiQuote, please contact Elcom Ltd on 020 3920 8054 or email support@elcom.com",
        "submissionTerms": {
            "electronicSubmissionPolicy": "allowed",
            "languages": [
                "en"
            ]
        },
        "tenderPeriod": {
            "endDate": "2025-10-29T17:00:00Z"
        },
        "awardPeriod": {
            "endDate": "2025-12-09T23:59:59Z"
        },
        "lotDetails": {
            "awardCriteriaDetails": "Please see ITT for full instructions."
        },
        "documents": [
            {
                "id": "conflictOfInterest",
                "documentType": "conflictOfInterest",
                "description": "Not published"
            },
            {
                "id": "L-1",
                "documentType": "biddingDocuments",
                "description": "CPC will be using the MultiQuote e-Tendering platform to carry out this tender. In order to express your interest in this tender and obtain the tender documents, please register or log in at: https://suppliers.multiquote.com/Page/Login.aspx If you have any issues when using MultiQuote, please contact Elcom Ltd on 020 3920 8054 or email support@elcom.com",
                "url": "https://suppliers.multiquote.com/Page/Login.aspx"
            },
            {
                "id": "060992-2025",
                "documentType": "tenderNotice",
                "noticeType": "UK4",
                "description": "Tender notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/060992-2025",
                "datePublished": "2025-09-30T16:00:56+01:00",
                "format": "text/html"
            }
        ],
        "hasRecurrence": true,
        "recurrence": {
            "dates": [
                {
                    "startDate": "2027-09-30T23:59:59+01:00"
                }
            ]
        }
    },
    "language": "en",
    "bids": {
        "statistics": [
            {
                "id": "1",
                "measure": "bids",
                "value": 7,
                "relatedLot": "1"
            },
            {
                "id": "2",
                "measure": "finalStageBids",
                "value": 3,
                "relatedLot": "1"
            },
            {
                "id": "3",
                "measure": "smeFinalStageBids",
                "value": 2,
                "relatedLot": "1"
            },
            {
                "id": "4",
                "measure": "vcseFinalStageBids",
                "value": 1,
                "relatedLot": "1"
            },
            {
                "id": "5",
                "measure": "bids",
                "value": 9,
                "relatedLot": "2"
            },
            {
                "id": "6",
                "measure": "finalStageBids",
                "value": 5,
                "relatedLot": "2"
            },
            {
                "id": "7",
                "measure": "smeFinalStageBids",
                "value": 4,
                "relatedLot": "2"
            },
            {
                "id": "8",
                "measure": "vcseFinalStageBids",
                "value": 1,
                "relatedLot": "2"
            },
            {
                "id": "9",
                "measure": "bids",
                "value": 4,
                "relatedLot": "3"
            },
            {
                "id": "10",
                "measure": "finalStageBids",
                "value": 3,
                "relatedLot": "3"
            },
            {
                "id": "11",
                "measure": "smeFinalStageBids",
                "value": 3,
                "relatedLot": "3"
            },
            {
                "id": "12",
                "measure": "vcseFinalStageBids",
                "value": 0,
                "relatedLot": "3"
            },
            {
                "id": "13",
                "measure": "bids",
                "value": 7,
                "relatedLot": "4"
            },
            {
                "id": "14",
                "measure": "finalStageBids",
                "value": 6,
                "relatedLot": "4"
            },
            {
                "id": "15",
                "measure": "smeFinalStageBids",
                "value": 5,
                "relatedLot": "4"
            },
            {
                "id": "16",
                "measure": "vcseFinalStageBids",
                "value": 0,
                "relatedLot": "4"
            },
            {
                "id": "17",
                "measure": "bids",
                "value": 5,
                "relatedLot": "5"
            },
            {
                "id": "18",
                "measure": "finalStageBids",
                "value": 5,
                "relatedLot": "5"
            },
            {
                "id": "19",
                "measure": "smeFinalStageBids",
                "value": 4,
                "relatedLot": "5"
            },
            {
                "id": "20",
                "measure": "vcseFinalStageBids",
                "value": 0,
                "relatedLot": "5"
            },
            {
                "id": "21",
                "measure": "bids",
                "value": 3,
                "relatedLot": "6"
            },
            {
                "id": "22",
                "measure": "finalStageBids",
                "value": 2,
                "relatedLot": "6"
            },
            {
                "id": "23",
                "measure": "smeFinalStageBids",
                "value": 1,
                "relatedLot": "6"
            },
            {
                "id": "24",
                "measure": "vcseFinalStageBids",
                "value": 1,
                "relatedLot": "6"
            },
            {
                "id": "25",
                "measure": "bids",
                "value": 8,
                "relatedLot": "7"
            },
            {
                "id": "26",
                "measure": "finalStageBids",
                "value": 7,
                "relatedLot": "7"
            },
            {
                "id": "27",
                "measure": "smeFinalStageBids",
                "value": 7,
                "relatedLot": "7"
            },
            {
                "id": "28",
                "measure": "vcseFinalStageBids",
                "value": 0,
                "relatedLot": "7"
            }
        ]
    },
    "awards": [
        {
            "id": "1",
            "title": "Lot 1: SEND Advisory Services",
            "status": "active",
            "date": "2025-12-23T00:00:00Z",
            "value": {
                "amountGross": 1800000,
                "amount": 1500000,
                "currency": "GBP"
            },
            "mainProcurementCategory": "services",
            "aboveThreshold": true,
            "suppliers": [
                {
                    "id": "GB-CHC-1204966",
                    "name": "ESS EDUCATION AND SUPPORT SERVICES"
                },
                {
                    "id": "GB-COH-08396434",
                    "name": "MEDICURE PROFESSIONALS LIMITED"
                },
                {
                    "id": "GB-COH-07690416",
                    "name": "ONE EDUCATION LIMITED"
                }
            ],
            "items": [
                {
                    "id": "1",
                    "additionalClassifications": [
                        {
                            "scheme": "CPV",
                            "id": "80000000",
                            "description": "Education and training services"
                        }
                    ],
                    "deliveryAddresses": [
                        {
                            "region": "UK",
                            "country": "GB",
                            "countryName": "United Kingdom"
                        },
                        {
                            "region": "UK",
                            "country": "GB",
                            "countryName": "United Kingdom"
                        }
                    ],
                    "relatedLot": "1"
                }
            ],
            "standstillPeriod": {
                "endDate": "2026-01-07T23:59:59+00:00"
            },
            "contractPeriod": {
                "startDate": "2026-02-02T00:00:00Z",
                "endDate": "2028-02-01T23:59:59Z",
                "maxExtentDate": "2034-02-01T23:59:59Z"
            },
            "hasRenewal": true,
            "renewal": {
                "description": "This is an Open Framework. The first iteration is expected to be two years, although this could be changed to three years. A supplier could remain on the Open Framework throughout all the Framework iterations within it, which would lead to a contract of eight years."
            },
            "relatedLots": [
                "1"
            ],
            "documents": [
                {
                    "id": "086000-2025",
                    "documentType": "awardNotice",
                    "noticeType": "UK6",
                    "description": "Contract award notice on Find a Tender",
                    "url": "https://www.find-tender.service.gov.uk/Notice/086000-2025",
                    "datePublished": "2025-12-23T17:03:46Z",
                    "format": "text/html"
                }
            ],
            "assessmentSummariesDateSent": "2025-12-23T00:00:00Z",
            "milestones": [
                {
                    "id": "1",
                    "type": "futureSignatureDate",
                    "dueDate": "2026-01-12T23:59:59Z",
                    "status": "scheduled"
                }
            ]
        },
        {
            "id": "2",
            "title": "Lot 2: Curriculum Development and Assessment",
            "status": "active",
            "date": "2025-12-23T00:00:00Z",
            "value": {
                "amountGross": 860400,
                "amount": 717000,
                "currency": "GBP"
            },
            "mainProcurementCategory": "services",
            "aboveThreshold": true,
            "suppliers": [
                {
                    "id": "GB-COH-04801609",
                    "name": "ALPHAPLUS CONSULTANCY LIMITED"
                },
                {
                    "id": "GB-CHC-1204966",
                    "name": "ESS EDUCATION AND SUPPORT SERVICES"
                },
                {
                    "id": "GB-COH-06704406",
                    "name": "HI-IMPACT CONSULTANCY LIMITED"
                },
                {
                    "id": "GB-COH-03265490",
                    "name": "MATHEMATICS IN EDUCATION AND INDUSTRY"
                },
                {
                    "id": "GB-COH-07690416",
                    "name": "ONE EDUCATION LIMITED"
                }
            ],
            "items": [
                {
                    "id": "2",
                    "additionalClassifications": [
                        {
                            "scheme": "CPV",
                            "id": "80000000",
                            "description": "Education and training services"
                        }
                    ],
                    "deliveryAddresses": [
                        {
                            "region": "UK",
                            "country": "GB",
                            "countryName": "United Kingdom"
                        },
                        {
                            "region": "UK",
                            "country": "GB",
                            "countryName": "United Kingdom"
                        }
                    ],
                    "relatedLot": "2"
                }
            ],
            "standstillPeriod": {
                "endDate": "2026-01-07T23:59:59+00:00"
            },
            "contractPeriod": {
                "startDate": "2026-02-02T00:00:00Z",
                "endDate": "2028-02-01T23:59:59Z",
                "maxExtentDate": "2034-02-01T23:59:59Z"
            },
            "hasRenewal": true,
            "renewal": {
                "description": "This is an Open Framework. The first iteration is expected to be two years, although this could be changed to three years. A supplier could remain on the Open Framework throughout all the Framework iterations within it, which would lead to a contract of eight years."
            },
            "hasOptions": true,
            "options": {
                "description": "Framework Lot values may be shared between Lots."
            },
            "relatedLots": [
                "2"
            ],
            "documents": [
                {
                    "id": "086000-2025",
                    "documentType": "awardNotice",
                    "noticeType": "UK6",
                    "description": "Contract award notice on Find a Tender",
                    "url": "https://www.find-tender.service.gov.uk/Notice/086000-2025",
                    "datePublished": "2025-12-23T17:03:46Z",
                    "format": "text/html"
                }
            ],
            "assessmentSummariesDateSent": "2025-12-23T00:00:00Z",
            "milestones": [
                {
                    "id": "1",
                    "type": "futureSignatureDate",
                    "dueDate": "2026-01-12T23:59:59Z",
                    "status": "scheduled"
                }
            ]
        },
        {
            "id": "3",
            "title": "Lot 3: Therapy and Psychology Services",
            "status": "active",
            "date": "2025-12-23T00:00:00Z",
            "value": {
                "amountGross": 2880000,
                "amount": 2400000,
                "currency": "GBP"
            },
            "mainProcurementCategory": "services",
            "aboveThreshold": true,
            "suppliers": [
                {
                    "id": "GB-COH-08396434",
                    "name": "MEDICURE PROFESSIONALS LIMITED"
                },
                {
                    "id": "GB-COH-07690416",
                    "name": "ONE EDUCATION LIMITED"
                },
                {
                    "id": "GB-COH-11092048",
                    "name": "MINDSET TECHNOLOGIES LTD"
                }
            ],
            "items": [
                {
                    "id": "3",
                    "additionalClassifications": [
                        {
                            "scheme": "CPV",
                            "id": "80000000",
                            "description": "Education and training services"
                        },
                        {
                            "scheme": "CPV",
                            "id": "85121270",
                            "description": "Psychiatrist or psychologist services"
                        }
                    ],
                    "deliveryAddresses": [
                        {
                            "region": "UK",
                            "country": "GB",
                            "countryName": "United Kingdom"
                        },
                        {
                            "region": "UK",
                            "country": "GB",
                            "countryName": "United Kingdom"
                        }
                    ],
                    "relatedLot": "3"
                }
            ],
            "standstillPeriod": {
                "endDate": "2026-01-07T23:59:59+00:00"
            },
            "contractPeriod": {
                "startDate": "2026-02-02T00:00:00Z",
                "endDate": "2028-02-01T23:59:59Z",
                "maxExtentDate": "2034-02-01T23:59:59Z"
            },
            "hasRenewal": true,
            "renewal": {
                "description": "This is an Open Framework. The first iteration is expected to be two years, although this could be changed to three years. A supplier could remain on the Open Framework throughout all the Framework iterations within it, which would lead to a contract of eight years."
            },
            "hasOptions": true,
            "options": {
                "description": "Framework Lot values may be shared between Lots."
            },
            "relatedLots": [
                "3"
            ],
            "documents": [
                {
                    "id": "086000-2025",
                    "documentType": "awardNotice",
                    "noticeType": "UK6",
                    "description": "Contract award notice on Find a Tender",
                    "url": "https://www.find-tender.service.gov.uk/Notice/086000-2025",
                    "datePublished": "2025-12-23T17:03:46Z",
                    "format": "text/html"
                }
            ],
            "assessmentSummariesDateSent": "2025-12-23T00:00:00Z",
            "milestones": [
                {
                    "id": "1",
                    "type": "futureSignatureDate",
                    "dueDate": "2026-01-12T23:59:59Z",
                    "status": "scheduled"
                }
            ]
        },
        {
            "id": "4",
            "title": "Lot 4: Translation and Interpretation Services",
            "status": "active",
            "date": "2025-12-23T00:00:00Z",
            "value": {
                "amountGross": 720000,
                "amount": 600000,
                "currency": "GBP"
            },
            "mainProcurementCategory": "services",
            "aboveThreshold": true,
            "suppliers": [
                {
                    "id": "GB-COH-04299764",
                    "name": "AA GLOBAL LANGUAGE SERVICES LIMITED"
                },
                {
                    "id": "GB-COH-05684239",
                    "name": "MIGRANT HELP TRADING LIMITED trading as CLEAR VOICE"
                },
                {
                    "id": "GB-COH-06207784",
                    "name": "D A LANGUAGES LIMITED"
                },
                {
                    "id": "GB-COH-05535464",
                    "name": "LANGUAGE EMPIRE LIMITED"
                },
                {
                    "id": "GB-COH-09968522",
                    "name": "LINGUIST POINT C.I.C."
                },
                {
                    "id": "GB-COH-08043043",
                    "name": "SILENT SOUNDS COMMUNICATIONS LTD"
                }
            ],
            "items": [
                {
                    "id": "4",
                    "additionalClassifications": [
                        {
                            "scheme": "CPV",
                            "id": "80000000",
                            "description": "Education and training services"
                        }
                    ],
                    "deliveryAddresses": [
                        {
                            "region": "UK",
                            "country": "GB",
                            "countryName": "United Kingdom"
                        },
                        {
                            "region": "UK",
                            "country": "GB",
                            "countryName": "United Kingdom"
                        }
                    ],
                    "relatedLot": "4"
                }
            ],
            "standstillPeriod": {
                "endDate": "2026-01-07T23:59:59+00:00"
            },
            "contractPeriod": {
                "startDate": "2026-02-02T00:00:00Z",
                "endDate": "2028-02-01T23:59:59Z",
                "maxExtentDate": "2034-02-01T23:59:59Z"
            },
            "hasRenewal": true,
            "renewal": {
                "description": "This is an Open Framework. The first iteration is expected to be two years, although this could be changed to three years. A supplier could remain on the Open Framework throughout all the Framework iterations within it, which would lead to a contract of eight years."
            },
            "hasOptions": true,
            "options": {
                "description": "Framework Lot values may be shared between Lots."
            },
            "relatedLots": [
                "4"
            ],
            "documents": [
                {
                    "id": "086000-2025",
                    "documentType": "awardNotice",
                    "noticeType": "UK6",
                    "description": "Contract award notice on Find a Tender",
                    "url": "https://www.find-tender.service.gov.uk/Notice/086000-2025",
                    "datePublished": "2025-12-23T17:03:46Z",
                    "format": "text/html"
                }
            ],
            "assessmentSummariesDateSent": "2025-12-23T00:00:00Z",
            "milestones": [
                {
                    "id": "1",
                    "type": "futureSignatureDate",
                    "dueDate": "2026-01-12T23:59:59Z",
                    "status": "scheduled"
                }
            ]
        },
        {
            "id": "5",
            "title": "Lot 5: Leadership Development Training and Support Services",
            "status": "active",
            "date": "2025-12-23T00:00:00Z",
            "value": {
                "amountGross": 168000,
                "amount": 144000,
                "currency": "GBP"
            },
            "mainProcurementCategory": "services",
            "aboveThreshold": true,
            "suppliers": [
                {
                    "id": "GB-COH-04801609",
                    "name": "ALPHAPLUS CONSULTANCY LIMITED"
                },
                {
                    "id": "GB-UKPRN-10007161",
                    "name": "TEESSIDE UNIVERSITY"
                },
                {
                    "id": "GB-COH-04767110",
                    "name": "MISSION INC LTD"
                },
                {
                    "id": "GB-COH-07690416",
                    "name": "ONE EDUCATION LIMITED"
                }
            ],
            "items": [
                {
                    "id": "5",
                    "additionalClassifications": [
                        {
                            "scheme": "CPV",
                            "id": "80000000",
                            "description": "Education and training services"
                        }
                    ],
                    "deliveryAddresses": [
                        {
                            "region": "UK",
                            "country": "GB",
                            "countryName": "United Kingdom"
                        },
                        {
                            "region": "UK",
                            "country": "GB",
                            "countryName": "United Kingdom"
                        }
                    ],
                    "relatedLot": "5"
                }
            ],
            "standstillPeriod": {
                "endDate": "2026-01-07T23:59:59+00:00"
            },
            "contractPeriod": {
                "startDate": "2026-02-02T00:00:00Z",
                "endDate": "2028-02-01T23:59:59Z",
                "maxExtentDate": "2034-02-01T23:59:59Z"
            },
            "hasRenewal": true,
            "renewal": {
                "description": "This is an Open Framework. The first iteration is expected to be two years, although this could be changed to three years. A supplier could remain on the Open Framework throughout all the Framework iterations within it, which would lead to a contract of eight years."
            },
            "hasOptions": true,
            "options": {
                "description": "Framework Lot values may be shared between Lots."
            },
            "relatedLots": [
                "5"
            ],
            "documents": [
                {
                    "id": "086000-2025",
                    "documentType": "awardNotice",
                    "noticeType": "UK6",
                    "description": "Contract award notice on Find a Tender",
                    "url": "https://www.find-tender.service.gov.uk/Notice/086000-2025",
                    "datePublished": "2025-12-23T17:03:46Z",
                    "format": "text/html"
                }
            ],
            "assessmentSummariesDateSent": "2025-12-23T00:00:00Z",
            "milestones": [
                {
                    "id": "1",
                    "type": "futureSignatureDate",
                    "dueDate": "2026-01-12T23:59:59Z",
                    "status": "scheduled"
                }
            ]
        },
        {
            "id": "6",
            "title": "Lot 6: Careers Advice and Guidance Services",
            "status": "active",
            "date": "2025-12-23T00:00:00Z",
            "value": {
                "amountGross": 2400000,
                "amount": 2000000,
                "currency": "GBP"
            },
            "mainProcurementCategory": "services",
            "aboveThreshold": true,
            "suppliers": [
                {
                    "id": "GB-CHC-1204966",
                    "name": "ESS EDUCATION AND SUPPORT SERVICES"
                },
                {
                    "id": "GB-COH-07696001",
                    "name": "MPLOY SOLUTIONS LIMITED"
                }
            ],
            "items": [
                {
                    "id": "6",
                    "additionalClassifications": [
                        {
                            "scheme": "CPV",
                            "id": "80000000",
                            "description": "Education and training services"
                        }
                    ],
                    "deliveryAddresses": [
                        {
                            "region": "UK",
                            "country": "GB",
                            "countryName": "United Kingdom"
                        },
                        {
                            "region": "UK",
                            "country": "GB",
                            "countryName": "United Kingdom"
                        }
                    ],
                    "relatedLot": "6"
                }
            ],
            "standstillPeriod": {
                "endDate": "2026-01-07T23:59:59+00:00"
            },
            "contractPeriod": {
                "startDate": "2026-02-02T00:00:00Z",
                "endDate": "2028-02-01T23:59:59Z",
                "maxExtentDate": "2034-02-01T23:59:59Z"
            },
            "hasRenewal": true,
            "renewal": {
                "description": "This is an Open Framework. The first iteration is expected to be two years, although this could be changed to three years. A supplier could remain on the Open Framework throughout all the Framework iterations within it, which would lead to a contract of eight years."
            },
            "hasOptions": true,
            "options": {
                "description": "Framework Lot values may be shared between Lots."
            },
            "relatedLots": [
                "6"
            ],
            "documents": [
                {
                    "id": "086000-2025",
                    "documentType": "awardNotice",
                    "noticeType": "UK6",
                    "description": "Contract award notice on Find a Tender",
                    "url": "https://www.find-tender.service.gov.uk/Notice/086000-2025",
                    "datePublished": "2025-12-23T17:03:46Z",
                    "format": "text/html"
                }
            ],
            "assessmentSummariesDateSent": "2025-12-23T00:00:00Z",
            "milestones": [
                {
                    "id": "1",
                    "type": "futureSignatureDate",
                    "dueDate": "2026-01-12T23:59:59Z",
                    "status": "scheduled"
                }
            ]
        },
        {
            "id": "7",
            "title": "Lot 7: Technology and Integration Services",
            "status": "active",
            "date": "2025-12-23T00:00:00Z",
            "value": {
                "amountGross": 4440000,
                "amount": 3700000,
                "currency": "GBP"
            },
            "mainProcurementCategory": "services",
            "aboveThreshold": true,
            "suppliers": [
                {
                    "id": "GB-COH-07531492",
                    "name": "3XT SOLUTIONS LTD (trading as AEO Consulting)"
                },
                {
                    "id": "GB-COH-14795862",
                    "name": "BAPON IT SERVICES LTD"
                },
                {
                    "id": "GB-COH-14759116",
                    "name": "DOZA CONSULTING LTD"
                },
                {
                    "id": "GB-COH-07690416",
                    "name": "ONE EDUCATION LIMITED"
                },
                {
                    "id": "GB-COH-06704406",
                    "name": "HI-IMPACT CONSULTANCY LIMITED"
                },
                {
                    "id": "GB-COH-06791604",
                    "name": "LEVETT CONSULTANCY LIMITED"
                }
            ],
            "items": [
                {
                    "id": "7",
                    "additionalClassifications": [
                        {
                            "scheme": "CPV",
                            "id": "72220000",
                            "description": "Systems and technical consultancy services"
                        },
                        {
                            "scheme": "CPV",
                            "id": "72230000",
                            "description": "Custom software development services"
                        },
                        {
                            "scheme": "CPV",
                            "id": "72240000",
                            "description": "Systems analysis and programming services"
                        },
                        {
                            "scheme": "CPV",
                            "id": "72250000",
                            "description": "System and support services"
                        },
                        {
                            "scheme": "CPV",
                            "id": "72260000",
                            "description": "Software-related services"
                        },
                        {
                            "scheme": "CPV",
                            "id": "72500000",
                            "description": "Computer-related services"
                        },
                        {
                            "scheme": "CPV",
                            "id": "72600000",
                            "description": "Computer support and consultancy services"
                        },
                        {
                            "scheme": "CPV",
                            "id": "72700000",
                            "description": "Computer network services"
                        },
                        {
                            "scheme": "CPV",
                            "id": "72800000",
                            "description": "Computer audit and testing services"
                        },
                        {
                            "scheme": "CPV",
                            "id": "80000000",
                            "description": "Education and training services"
                        }
                    ],
                    "deliveryAddresses": [
                        {
                            "region": "UK",
                            "country": "GB",
                            "countryName": "United Kingdom"
                        },
                        {
                            "region": "UK",
                            "country": "GB",
                            "countryName": "United Kingdom"
                        }
                    ],
                    "relatedLot": "7"
                }
            ],
            "standstillPeriod": {
                "endDate": "2026-01-07T23:59:59+00:00"
            },
            "contractPeriod": {
                "startDate": "2026-02-02T00:00:00Z",
                "endDate": "2028-02-01T23:59:59Z",
                "maxExtentDate": "2034-02-01T23:59:59Z"
            },
            "hasRenewal": true,
            "renewal": {
                "description": "This is an Open Framework. The first iteration is expected to be two years, although this could be changed to three years. A supplier could remain on the Open Framework throughout all the Framework iterations within it, which would lead to a contract of eight years."
            },
            "hasOptions": true,
            "options": {
                "description": "Framework Lot values may be shared between Lots."
            },
            "relatedLots": [
                "7"
            ],
            "documents": [
                {
                    "id": "086000-2025",
                    "documentType": "awardNotice",
                    "noticeType": "UK6",
                    "description": "Contract award notice on Find a Tender",
                    "url": "https://www.find-tender.service.gov.uk/Notice/086000-2025",
                    "datePublished": "2025-12-23T17:03:46Z",
                    "format": "text/html"
                }
            ],
            "assessmentSummariesDateSent": "2025-12-23T00:00:00Z",
            "milestones": [
                {
                    "id": "1",
                    "type": "futureSignatureDate",
                    "dueDate": "2026-01-12T23:59:59Z",
                    "status": "scheduled"
                }
            ]
        }
    ],
    "contracts": [
        {
            "id": "1",
            "awardID": "1",
            "status": "active",
            "period": {
                "startDate": "2026-02-02T00:00:00Z",
                "endDate": "2028-02-01T23:59:59Z",
                "maxExtentDate": "2034-02-01T23:59:59Z"
            },
            "hasRenewal": true,
            "renewal": {
                "description": "N/a"
            },
            "value": {
                "amountGross": 1800000,
                "amount": 1500000,
                "currency": "GBP"
            },
            "aboveThreshold": true,
            "dateSigned": "2026-02-02T00:00:00Z",
            "documents": [
                {
                    "id": "A-12202",
                    "documentType": "contractSigned",
                    "url": "https://www.find-tender.service.gov.uk/Notice/Attachment/A-12202",
                    "format": "application/vnd.openxmlformats-officedocument.wordprocessingml.document"
                },
                {
                    "id": "014961-2026",
                    "documentType": "contractNotice",
                    "noticeType": "UK7",
                    "description": "Contract details notice on Find a Tender",
                    "url": "https://www.find-tender.service.gov.uk/Notice/014961-2026",
                    "datePublished": "2026-02-18T16:33:32Z",
                    "format": "text/html"
                }
            ]
        },
        {
            "id": "2",
            "awardID": "2",
            "status": "active",
            "period": {
                "startDate": "2026-02-02T00:00:00Z",
                "endDate": "2028-02-01T23:59:59Z",
                "maxExtentDate": "2034-02-01T23:59:59Z"
            },
            "hasRenewal": true,
            "renewal": {
                "description": "N/a"
            },
            "value": {
                "amountGross": 860400,
                "amount": 717000,
                "currency": "GBP"
            },
            "aboveThreshold": true,
            "dateSigned": "2026-02-02T00:00:00Z",
            "documents": [
                {
                    "id": "A-12204",
                    "documentType": "contractSigned",
                    "url": "https://www.find-tender.service.gov.uk/Notice/Attachment/A-12204",
                    "format": "application/vnd.openxmlformats-officedocument.wordprocessingml.document"
                },
                {
                    "id": "014961-2026",
                    "documentType": "contractNotice",
                    "noticeType": "UK7",
                    "description": "Contract details notice on Find a Tender",
                    "url": "https://www.find-tender.service.gov.uk/Notice/014961-2026",
                    "datePublished": "2026-02-18T16:33:32Z",
                    "format": "text/html"
                }
            ]
        },
        {
            "id": "3",
            "awardID": "3",
            "status": "active",
            "period": {
                "startDate": "2026-02-02T00:00:00Z",
                "endDate": "2028-02-01T23:59:59Z",
                "maxExtentDate": "2034-02-01T23:59:59Z"
            },
            "hasRenewal": true,
            "renewal": {
                "description": "N/a"
            },
            "value": {
                "amountGross": 2880000,
                "amount": 2400000,
                "currency": "GBP"
            },
            "aboveThreshold": true,
            "dateSigned": "2026-02-02T00:00:00Z",
            "documents": [
                {
                    "id": "A-12207",
                    "documentType": "contractSigned",
                    "url": "https://www.find-tender.service.gov.uk/Notice/Attachment/A-12207",
                    "format": "application/vnd.openxmlformats-officedocument.wordprocessingml.document"
                },
                {
                    "id": "014961-2026",
                    "documentType": "contractNotice",
                    "noticeType": "UK7",
                    "description": "Contract details notice on Find a Tender",
                    "url": "https://www.find-tender.service.gov.uk/Notice/014961-2026",
                    "datePublished": "2026-02-18T16:33:32Z",
                    "format": "text/html"
                }
            ]
        },
        {
            "id": "4",
            "awardID": "4",
            "status": "active",
            "period": {
                "startDate": "2026-02-02T00:00:00Z",
                "endDate": "2028-02-01T23:59:59Z",
                "maxExtentDate": "2034-02-01T23:59:59Z"
            },
            "hasRenewal": true,
            "renewal": {
                "description": "N/a"
            },
            "value": {
                "amountGross": 720000,
                "amount": 600000,
                "currency": "GBP"
            },
            "aboveThreshold": true,
            "dateSigned": "2026-02-02T00:00:00Z",
            "documents": [
                {
                    "id": "A-12208",
                    "documentType": "contractSigned",
                    "url": "https://www.find-tender.service.gov.uk/Notice/Attachment/A-12208",
                    "format": "application/vnd.openxmlformats-officedocument.wordprocessingml.document"
                },
                {
                    "id": "014961-2026",
                    "documentType": "contractNotice",
                    "noticeType": "UK7",
                    "description": "Contract details notice on Find a Tender",
                    "url": "https://www.find-tender.service.gov.uk/Notice/014961-2026",
                    "datePublished": "2026-02-18T16:33:32Z",
                    "format": "text/html"
                }
            ]
        },
        {
            "id": "5",
            "awardID": "5",
            "status": "active",
            "period": {
                "startDate": "2026-02-02T00:00:00Z",
                "endDate": "2028-02-01T23:59:59Z",
                "maxExtentDate": "2034-02-01T23:59:59Z"
            },
            "hasRenewal": true,
            "renewal": {
                "description": "N/a"
            },
            "value": {
                "amountGross": 168000,
                "amount": 144000,
                "currency": "GBP"
            },
            "aboveThreshold": true,
            "dateSigned": "2026-02-02T00:00:00Z",
            "documents": [
                {
                    "id": "A-12209",
                    "documentType": "contractSigned",
                    "url": "https://www.find-tender.service.gov.uk/Notice/Attachment/A-12209",
                    "format": "application/vnd.openxmlformats-officedocument.wordprocessingml.document"
                },
                {
                    "id": "014961-2026",
                    "documentType": "contractNotice",
                    "noticeType": "UK7",
                    "description": "Contract details notice on Find a Tender",
                    "url": "https://www.find-tender.service.gov.uk/Notice/014961-2026",
                    "datePublished": "2026-02-18T16:33:32Z",
                    "format": "text/html"
                }
            ]
        },
        {
            "id": "6",
            "awardID": "6",
            "status": "active",
            "period": {
                "startDate": "2026-02-02T00:00:00Z",
                "endDate": "2028-02-01T23:59:59Z",
                "maxExtentDate": "2034-02-01T23:59:59Z"
            },
            "hasRenewal": true,
            "renewal": {
                "description": "N/a"
            },
            "value": {
                "amountGross": 2400000,
                "amount": 2000000,
                "currency": "GBP"
            },
            "aboveThreshold": true,
            "dateSigned": "2026-02-02T00:00:00Z",
            "documents": [
                {
                    "id": "A-12210",
                    "documentType": "contractSigned",
                    "url": "https://www.find-tender.service.gov.uk/Notice/Attachment/A-12210",
                    "format": "application/vnd.openxmlformats-officedocument.wordprocessingml.document"
                },
                {
                    "id": "014961-2026",
                    "documentType": "contractNotice",
                    "noticeType": "UK7",
                    "description": "Contract details notice on Find a Tender",
                    "url": "https://www.find-tender.service.gov.uk/Notice/014961-2026",
                    "datePublished": "2026-02-18T16:33:32Z",
                    "format": "text/html"
                }
            ]
        },
        {
            "id": "7",
            "awardID": "7",
            "status": "active",
            "period": {
                "startDate": "2026-02-02T00:00:00Z",
                "endDate": "2028-02-01T23:59:59Z",
                "maxExtentDate": "2034-02-01T23:59:59Z"
            },
            "hasRenewal": true,
            "renewal": {
                "description": "N/a"
            },
            "value": {
                "amountGross": 4440000,
                "amount": 3700000,
                "currency": "GBP"
            },
            "aboveThreshold": true,
            "dateSigned": "2026-02-02T00:00:00Z",
            "documents": [
                {
                    "id": "A-12214",
                    "documentType": "contractSigned",
                    "url": "https://www.find-tender.service.gov.uk/Notice/Attachment/A-12214",
                    "format": "application/vnd.openxmlformats-officedocument.wordprocessingml.document"
                },
                {
                    "id": "014961-2026",
                    "documentType": "contractNotice",
                    "noticeType": "UK7",
                    "description": "Contract details notice on Find a Tender",
                    "url": "https://www.find-tender.service.gov.uk/Notice/014961-2026",
                    "datePublished": "2026-02-18T16:33:32Z",
                    "format": "text/html"
                }
            ]
        }
    ]
}