Notice Information
Notice Title
Open Framework for Alternative Provision
Notice Description
Service Description The vision for the service is to ensure that all children, regardless of circumstance or setting, receive a good education. The service therefore is committed to ensuring all alternative provision commissioned for a child or young person in Westmorland and Furness is of good quality, registered where appropriate, and delivered by high quality staff with suitable training, experience and safeguarding checks. All alternative provision that is commissioned must be suitable to a child or young person's age, ability and aptitude and any special educational needs (SEN) they may have. All children and young people will make good progress against outcomes, identified prior to the start of a placement with a Provider and will have access to meaningful qualifications. This will mean they are equipped to progress onto the next stage in their educational career and are enabled to participate and contribute positively to society in the future. Placements into alternative provision will always be made with the child or young person's reintegration back into mainstream education or move onto a sustained post-16 destination in mind. The placement of a child or young person with a Provider is consistent with the efficient use of resources. The following Services are in scope of this specification: Lot 1: Alternative Provision where the provider is registered with Ofsted (or an equivalent body). This may include providers who are registered with Ofsted, but the category of their registration does not include learners to whom they are offering alternative provision. Lot 2: Alternative Provision where the provider is not registered with Ofsted (or an equivalent body) Lot 3: Alternative Provision for pupils with medical conditions that prevent their attendance at school. The Framework will be managed with providers being placed on either Provider List A or B. The criteria for being on each list is as follows: List A is for Registered Providers and therefore those applying to Lot 1 would be placed on this list. It is also possible those applying for Lot 3 could also be a registered provider and be placed on List A. List B is for Providers who are unregistered whether applying for Lot 2 and or Lot 3.
Lot Information
Alternative Provision where the provider is registered with Ofsted (or an equivalent body).
This may include providers who are registered with Ofsted, but the category of their registration does not include learners to whom they are offering alternative provision. Service Vision 1. The vision for the service is to ensure that all children, regardless of circumstance or setting, receive a good education. The service therefore is committed to ensuring all alternative provision commissioned for a child or young person in Westmorland and Furness is of good quality, registered where appropriate, and delivered by high quality staff with suitable training, experience, and safeguarding checks. 2. All alternative provision that is commissioned must be suitable to a child or young person's age, ability and aptitude and any special educational needs (SEN) they may have. 3. All children and young people will make good progress against outcomes, identified prior to the start of a placement with a Provider and will have access to meaningful qualifications. This will mean they are equipped to progress onto the next stage in their educational career and are enabled to participate and contribute positively to society in the future. 4. Placements into alternative provision will always be made with the child or young person's reintegration back into mainstream education or move onto a sustained post-16 destination in mind. 5. The placement of a child or young person with a Provider is consistent with the efficient use of resources. The Framework will be managed with providers being placed on a Provider List A or B. The criteria for being on each list is as follows: * List A is for Registered Providers who meet the criteria outlined in the service specification. Those applying to Lot 1 would be placed on this list. It is also possible those applying for Lot 3 could also be a registered provider and be placed on List A. * List B is for Providers who are unregistered whether applying for Lot 2 and or Lot 3. In establishment of the Framework, individual services will be procured by further competition or direct award with framework providers in compliance with the call off framework agreement. Additional details are provided within the tender pack.
Renewal: The framework allows for 2 optional 12 month extensions. Please note* This UK 4 Tender Notice relates to the first initial framework of the Open Framework which was advertised using F02 contract notice and is a corrected publication in line with the notices required under PA23. Initial F02 Contract Notice published: identifier: 2025/S 000-043929, Procurement identifier (OCID): ocds-h6vhtk-0556cd The start date of contract for the initial first framework is the 01/02/2026. The second framework within the open framework has an estimated start date of 01/06/2026
Alternative Provision where the provider is not registered with Ofsted (or an equivalent body)Lot 2: Alternative Provision where the provider is not registered with Ofsted (or an equivalent body) Service Vision 1. The vision for the service is to ensure that all children, regardless of circumstance or setting, receive a good education. The service therefore is committed to ensuring all alternative provision commissioned for a child or young person in Westmorland and Furness is of good quality, registered where appropriate, and delivered by high quality staff with suitable training, experience, and safeguarding checks. 2. All alternative provision that is commissioned must be suitable to a child or young person's age, ability and aptitude and any special educational needs (SEN) they may have. 3. All children and young people will make good progress against outcomes, identified prior to the start of a placement with a Provider and will have access to meaningful qualifications. This will mean they are equipped to progress onto the next stage in their educational career and are enabled to participate and contribute positively to society in the future. 4. Placements into alternative provision will always be made with the child or young person's reintegration back into mainstream education or move onto a sustained post-16 destination in mind. 5. The placement of a child or young person with a Provider is consistent with the efficient use of resources. The Framework will be managed with providers being placed on a Provider List A or B. The criteria for being on each list is as follows: * List A is for Registered Providers who meet the criteria outlined in the service specification. Those applying to Lot 1 would be placed on this list. It is also possible those applying for Lot 3 could also be a registered provider and be placed on List A. * List B is for Providers who are unregistered whether applying for Lot 2 and or Lot 3. In establishment of the Framework, individual services will be procured by further competition or direct award with framework providers in compliance with the call off framework agreement. Additional details are provided within the tender pack.
Renewal: The framework allows for 2 optional 12 month extensions. Please note* This UK 4 Tender Notice relates to the first initial framework of the Open Framework which was advertised using F02 contract notice and is a corrected publication in line with the notices required under PA23. Initial F02 Contract Notice published: identifier: 2025/S 000-043929, Procurement identifier (OCID): ocds-h6vhtk-0556cd The start date of contract for the initial first framework is the 01/02/2026. The second framework within the open framework has an estimated start date of 01/06/2026
Alternative Provision for pupils with medical conditions that prevent their attendance at school.Lot 3: Alternative Provision for pupils with medical conditions that prevent their attendance at school. Service Vision 1. The vision for the service is to ensure that all children, regardless of circumstance or setting, receive a good education. The service therefore is committed to ensuring all alternative provision commissioned for a child or young person in Westmorland and Furness is of good quality, registered where appropriate, and delivered by high quality staff with suitable training, experience, and safeguarding checks. 2. All alternative provision that is commissioned must be suitable to a child or young person's age, ability and aptitude and any special educational needs (SEN) they may have. 3. All children and young people will make good progress against outcomes, identified prior to the start of a placement with a Provider and will have access to meaningful qualifications. This will mean they are equipped to progress onto the next stage in their educational career and are enabled to participate and contribute positively to society in the future. 4. Placements into alternative provision will always be made with the child or young person's reintegration back into mainstream education or move onto a sustained post-16 destination in mind. 5. The placement of a child or young person with a Provider is consistent with the efficient use of resources. The Framework will be managed with providers being placed on a Provider List A or B. The criteria for being on each list is as follows: * List A is for Registered Providers who meet the criteria outlined in the service specification. Those applying to Lot 1 would be placed on this list. It is also possible those applying for Lot 3 could also be a registered provider and be placed on List A. * List B is for Providers who are unregistered whether applying for Lot 2 and or Lot 3. In establishment of the Framework, individual services will be procured by further competition or direct award with framework providers in compliance with the call off framework agreement. Additional details are provided within the tender pack.
Renewal: The framework allows for 2 optional 12 month extensions. Please note* This UK 4 Tender Notice relates to the first initial framework of the Open Framework which was advertised using F02 contract notice and is a corrected publication in line with the notices required under PA23. Initial F02 Contract Notice published: identifier: 2025/S 000-043929, Procurement identifier (OCID): ocds-h6vhtk-0556cd The start date of contract for the initial first framework is the 01/02/2026. The second framework within the open framework has an estimated start date of 01/06/2026
Planning Information
mplementing an Alternative Provision Framework at Westmorland and Furness Council Event 1: 15.00 - 16.00, Wednesday 9th July 2025 Event 2: 09.00 - 10.00, Thursday 10th July 2025 Event 3: 12.00 - 13.00, Friday 11th July 2025 Location - MS Teams Westmorland & Furness Council is implementing an Alternative Provision Framework and are holding a series of events to seek feedback from those providers who may be interested in joining the framework. The Council is keen to engage with Alternative Provision organisations who are based within, or close to, the Westmorland and Furness Local Authority area. Providers are invited to attend one of the virtual events detailed above.
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-h6vhtk-0556cd
- Publication Source
- Find A Tender Service
- Latest Notice
- https://www.find-tender.service.gov.uk/Notice/022717-2026
- Current Stage
- Tender
- All Stages
- Planning, Tender
Procurement Classification
- Notice Type
- UK4 - Tender Notice
- Procurement Type
- Framework
- Procurement Category
- Services
- Procurement Method
- Open
- Procurement Method Details
- Open procedure
- Tender Suitability
- SME, VCSE
- Awardee Scale
- Not specified
Common Procurement Vocabulary (CPV)
- CPV Divisions
80 - Education and training services
85 - Health and social work services
-
- CPV Codes
80000000 - Education and training services
85000000 - Health and social work services
Notice Value(s)
- Tender Value
- £11,500,000 £10M-£100M
- Lots Value
- £11,500,000 £10M-£100M
- Awards Value
- Not specified
- Contracts Value
- Not specified
Notice Dates
- Publication Date
- 13 Mar 20261 months ago
- Submission Deadline
- 10 Apr 2026Expired
- Future Notice Date
- 22 Jul 2025Expired
- Award Date
- Not specified
- Contract Period
- 31 May 2026 - 31 Jan 2029 2-3 years
- Recurrence
- 2028-01-31
Notice Status
- Tender Status
- Active
- Lots Status
- Active
- Awards Status
- Not Specified
- Contracts Status
- Not Specified
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- WESTMORLAND AND FURNESS COUNCIL
- Contact Name
- Available with D3 Tenders Premium →
- Contact Email
- Available with D3 Tenders Premium →
- Contact Phone
- Available with D3 Tenders Premium →
Buyer Location
- Locality
- KENDAL
- Postcode
- LA9 4DQ
- Post Town
- Lancaster
- Country
- England
-
- Major Region (ITL 1)
- TLD North West (England)
- Basic Region (ITL 2)
- TLD1 Cumbria
- Small Region (ITL 3)
- TLD14 Westmorland and Furness
- Delivery Location
- TLD North West (England), TLD12 East Cumbria
-
- Local Authority
- Westmorland and Furness
- Electoral Ward
- Kendal Strickland and Fell
- Westminster Constituency
- Westmorland and Lonsdale
Further Information
Notice Documents
-
https://www.find-tender.service.gov.uk/Notice/022717-2026
13th March 2026 - Tender notice on Find a Tender -
https://www.find-tender.service.gov.uk/Notice/021461-2026
10th March 2026 - Tender notice on Find a Tender -
https://www.find-tender.service.gov.uk/Notice/043886-2025
29th July 2025 - Preliminary market engagement notice on Find a Tender -
https://www.find-tender.service.gov.uk/Notice/036441-2025
1st July 2025 - Pipeline notice on Find a Tender
Open Contracting Data Standard (OCDS)
View full OCDS Record for this contracting process
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-0556cd-2026-03-13T09:49:42Z",
"date": "2026-03-13T09:49:42Z",
"ocid": "ocds-h6vhtk-0556cd",
"initiationType": "tender",
"planning": {
"documents": [
{
"id": "036441-2025",
"documentType": "plannedProcurementNotice",
"noticeType": "UK1",
"description": "Pipeline notice on Find a Tender",
"url": "https://www.find-tender.service.gov.uk/Notice/036441-2025",
"datePublished": "2025-07-01T14:14:25+01:00",
"format": "text/html"
},
{
"id": "043886-2025",
"documentType": "marketEngagementNotice",
"noticeType": "UK2",
"description": "Preliminary market engagement notice on Find a Tender",
"url": "https://www.find-tender.service.gov.uk/Notice/043886-2025",
"datePublished": "2025-07-29T14:05:33+01:00",
"format": "text/html"
}
],
"milestones": [
{
"id": "engagement",
"type": "engagement",
"description": "mplementing an Alternative Provision Framework at Westmorland and Furness Council Event 1: 15.00 - 16.00, Wednesday 9th July 2025 Event 2: 09.00 - 10.00, Thursday 10th July 2025 Event 3: 12.00 - 13.00, Friday 11th July 2025 Location - MS Teams Westmorland & Furness Council is implementing an Alternative Provision Framework and are holding a series of events to seek feedback from those providers who may be interested in joining the framework. The Council is keen to engage with Alternative Provision organisations who are based within, or close to, the Westmorland and Furness Local Authority area. Providers are invited to attend one of the virtual events detailed above.",
"dateMet": "2025-07-11T00:00:00+01:00",
"status": "met"
}
]
},
"parties": [
{
"id": "GB-PPON-PYYD-1758-YNVR",
"name": "Westmorland and Furness Council",
"identifier": {
"scheme": "GB-PPON",
"id": "PYYD-1758-YNVR"
},
"address": {
"streetAddress": "South Lakeland House",
"locality": "Kendal",
"postalCode": "LA9 4DQ",
"country": "GB",
"countryName": "United Kingdom",
"region": "UKD12"
},
"contactPoint": {
"email": "Procurement.Mailbox.WAF@Cumbria.gov.uk"
},
"roles": [
"buyer"
],
"details": {
"classifications": [
{
"id": "publicAuthoritySubCentralGovernment",
"scheme": "UK_CA_TYPE",
"description": "Public authority - sub-central government"
}
],
"url": "http://www.westmorlandandfurness.gov.uk"
}
},
{
"id": "GB-FTS-80954",
"name": "Westmorland and Furness Council",
"identifier": {
"legalName": "Westmorland and Furness Council"
},
"address": {
"streetAddress": "South Lakeland House, Lowther Street",
"locality": "Kendal",
"region": "UKD",
"postalCode": "LA9 4DQ",
"countryName": "United Kingdom"
},
"contactPoint": {
"name": "Ms Lisa Measures",
"telephone": "+44 1228226456",
"email": "lisa.measures@westmorlandandfurness.gov.uk",
"url": "http://www.the-chest.gov.uk"
},
"roles": [
"buyer"
],
"details": {
"url": "https://www.westmorlandandfurness.gov.uk/",
"buyerProfile": "https://www.westmorlandandfurness.gov.uk/",
"classifications": [
{
"id": "REGIONAL_AUTHORITY",
"scheme": "TED_CA_TYPE",
"description": "Regional or local authority"
},
{
"id": "01",
"scheme": "COFOG",
"description": "General public services"
}
]
}
},
{
"id": "GB-FTS-5605",
"name": "Her Majesty's Court",
"identifier": {
"legalName": "Her Majesty's Court"
},
"address": {
"locality": "London",
"countryName": "United Kingdom"
},
"roles": [
"reviewBody"
]
}
],
"buyer": {
"id": "GB-PPON-PYYD-1758-YNVR",
"name": "Westmorland and Furness Council"
},
"tender": {
"id": "DN783408",
"legalBasis": {
"id": "2023/54",
"scheme": "UKPGA",
"uri": "https://www.legislation.gov.uk/ukpga/2023/54/contents"
},
"title": "Open Framework for Alternative Provision",
"description": "Service Description The vision for the service is to ensure that all children, regardless of circumstance or setting, receive a good education. The service therefore is committed to ensuring all alternative provision commissioned for a child or young person in Westmorland and Furness is of good quality, registered where appropriate, and delivered by high quality staff with suitable training, experience and safeguarding checks. All alternative provision that is commissioned must be suitable to a child or young person's age, ability and aptitude and any special educational needs (SEN) they may have. All children and young people will make good progress against outcomes, identified prior to the start of a placement with a Provider and will have access to meaningful qualifications. This will mean they are equipped to progress onto the next stage in their educational career and are enabled to participate and contribute positively to society in the future. Placements into alternative provision will always be made with the child or young person's reintegration back into mainstream education or move onto a sustained post-16 destination in mind. The placement of a child or young person with a Provider is consistent with the efficient use of resources. The following Services are in scope of this specification: Lot 1: Alternative Provision where the provider is registered with Ofsted (or an equivalent body). This may include providers who are registered with Ofsted, but the category of their registration does not include learners to whom they are offering alternative provision. Lot 2: Alternative Provision where the provider is not registered with Ofsted (or an equivalent body) Lot 3: Alternative Provision for pupils with medical conditions that prevent their attendance at school. The Framework will be managed with providers being placed on either Provider List A or B. The criteria for being on each list is as follows: List A is for Registered Providers and therefore those applying to Lot 1 would be placed on this list. It is also possible those applying for Lot 3 could also be a registered provider and be placed on List A. List B is for Providers who are unregistered whether applying for Lot 2 and or Lot 3.",
"items": [
{
"id": "1",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "80000000",
"description": "Education and training services"
},
{
"scheme": "CPV",
"id": "85000000",
"description": "Health and social work services"
}
],
"deliveryAddresses": [
{
"region": "UK",
"country": "GB",
"countryName": "United Kingdom"
},
{
"region": "UKD",
"country": "GB",
"countryName": "United Kingdom"
},
{
"region": "UKD"
},
{
"region": "UKD12",
"country": "GB",
"countryName": "United Kingdom"
},
{
"region": "UKD12",
"country": "GB",
"countryName": "United Kingdom"
}
],
"relatedLot": "1"
},
{
"id": "2",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "80000000",
"description": "Education and training services"
},
{
"scheme": "CPV",
"id": "85000000",
"description": "Health and social work services"
}
],
"deliveryAddresses": [
{
"region": "UKD"
},
{
"region": "UKD12",
"country": "GB",
"countryName": "United Kingdom"
},
{
"region": "UKD12",
"country": "GB",
"countryName": "United Kingdom"
}
],
"relatedLot": "2"
},
{
"id": "3",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "80000000",
"description": "Education and training services"
},
{
"scheme": "CPV",
"id": "85000000",
"description": "Health and social work services"
}
],
"deliveryAddresses": [
{
"region": "UKD"
},
{
"region": "UKD12",
"country": "GB",
"countryName": "United Kingdom"
},
{
"region": "UKD12",
"country": "GB",
"countryName": "United Kingdom"
}
],
"relatedLot": "3"
}
],
"procurementMethod": "open",
"procurementMethodDetails": "Open procedure",
"mainProcurementCategory": "services",
"specialRegime": [
"lightTouch"
],
"aboveThreshold": true,
"techniques": {
"hasFrameworkAgreement": true,
"frameworkAgreement": {
"isOpenFrameworkScheme": true,
"method": "withAndWithoutReopeningCompetition",
"type": "closed",
"description": "Tenderers are required to complete and submit their tenders in line with the instructions to tender (ITT) document provided in the tender pack. This is available to register interest for and download from the council's tender portal The Chest (www.the-chest.org.uk). All completed tenders must be submitted electronically via the The Chest portal, a timetable is included in the ITT. The ITT details all requirements for the selection process for the framework including quality submission requirements, pricing and commercial information requirements, the Procurement Specific Questionnaire and any other relevant schedules required. Following the deadline for the submission of tenders the Authority will undertake assessment using the scoring and assessment methodology outlined with the tender documentation.",
"openFrameworkSchemeEndDate": "2031-01-31T23:59:59Z"
}
},
"lots": [
{
"id": "1",
"suitability": {
"sme": true,
"vcse": true
},
"contractPeriod": {
"startDate": "2026-06-01T00:00:00+01:00",
"endDate": "2029-01-31T23:59:59Z",
"maxExtentDate": "2031-01-31T23:59:59Z"
},
"hasRenewal": true,
"status": "active",
"title": "Alternative Provision where the provider is registered with Ofsted (or an equivalent body).",
"description": "This may include providers who are registered with Ofsted, but the category of their registration does not include learners to whom they are offering alternative provision. Service Vision 1. The vision for the service is to ensure that all children, regardless of circumstance or setting, receive a good education. The service therefore is committed to ensuring all alternative provision commissioned for a child or young person in Westmorland and Furness is of good quality, registered where appropriate, and delivered by high quality staff with suitable training, experience, and safeguarding checks. 2. All alternative provision that is commissioned must be suitable to a child or young person's age, ability and aptitude and any special educational needs (SEN) they may have. 3. All children and young people will make good progress against outcomes, identified prior to the start of a placement with a Provider and will have access to meaningful qualifications. This will mean they are equipped to progress onto the next stage in their educational career and are enabled to participate and contribute positively to society in the future. 4. Placements into alternative provision will always be made with the child or young person's reintegration back into mainstream education or move onto a sustained post-16 destination in mind. 5. The placement of a child or young person with a Provider is consistent with the efficient use of resources. The Framework will be managed with providers being placed on a Provider List A or B. The criteria for being on each list is as follows: * List A is for Registered Providers who meet the criteria outlined in the service specification. Those applying to Lot 1 would be placed on this list. It is also possible those applying for Lot 3 could also be a registered provider and be placed on List A. * List B is for Providers who are unregistered whether applying for Lot 2 and or Lot 3. In establishment of the Framework, individual services will be procured by further competition or direct award with framework providers in compliance with the call off framework agreement. Additional details are provided within the tender pack.",
"renewal": {
"description": "The framework allows for 2 optional 12 month extensions. Please note* This UK 4 Tender Notice relates to the first initial framework of the Open Framework which was advertised using F02 contract notice and is a corrected publication in line with the notices required under PA23. Initial F02 Contract Notice published: identifier: 2025/S 000-043929, Procurement identifier (OCID): ocds-h6vhtk-0556cd The start date of contract for the initial first framework is the 01/02/2026. The second framework within the open framework has an estimated start date of 01/06/2026"
},
"submissionTerms": {
"variantPolicy": "notAllowed",
"electronicCataloguePolicy": "required"
},
"hasOptions": false,
"value": {
"amountGross": 11500000,
"currency": "GBP"
},
"awardCriteria": {
"criteria": [
{
"type": "price",
"name": "Price",
"numbers": [
{
"number": 40,
"weight": "percentageExact"
}
]
},
{
"type": "quality",
"name": "Quality",
"numbers": [
{
"number": 60,
"weight": "percentageExact"
}
]
},
{
"type": "price",
"name": "Price",
"numbers": [
{
"number": 40,
"weight": "percentageExact"
}
]
},
{
"type": "quality",
"name": "Quality",
"numbers": [
{
"number": 60,
"weight": "percentageExact"
}
]
}
]
},
"selectionCriteria": {
"criteria": [
{
"type": "technical",
"description": "Details of conditions of participation are clearly detailed in the tender documentation. Ofsted registration is required for some framework lots."
},
{
"type": "technical",
"description": "Details of conditions of participation are clearly detailed in the tender documentation. Ofsted registration is required for some framework lots."
}
]
}
},
{
"id": "2",
"title": "Alternative Provision where the provider is not registered with Ofsted (or an equivalent body)",
"description": "Lot 2: Alternative Provision where the provider is not registered with Ofsted (or an equivalent body) Service Vision 1. The vision for the service is to ensure that all children, regardless of circumstance or setting, receive a good education. The service therefore is committed to ensuring all alternative provision commissioned for a child or young person in Westmorland and Furness is of good quality, registered where appropriate, and delivered by high quality staff with suitable training, experience, and safeguarding checks. 2. All alternative provision that is commissioned must be suitable to a child or young person's age, ability and aptitude and any special educational needs (SEN) they may have. 3. All children and young people will make good progress against outcomes, identified prior to the start of a placement with a Provider and will have access to meaningful qualifications. This will mean they are equipped to progress onto the next stage in their educational career and are enabled to participate and contribute positively to society in the future. 4. Placements into alternative provision will always be made with the child or young person's reintegration back into mainstream education or move onto a sustained post-16 destination in mind. 5. The placement of a child or young person with a Provider is consistent with the efficient use of resources. The Framework will be managed with providers being placed on a Provider List A or B. The criteria for being on each list is as follows: * List A is for Registered Providers who meet the criteria outlined in the service specification. Those applying to Lot 1 would be placed on this list. It is also possible those applying for Lot 3 could also be a registered provider and be placed on List A. * List B is for Providers who are unregistered whether applying for Lot 2 and or Lot 3. In establishment of the Framework, individual services will be procured by further competition or direct award with framework providers in compliance with the call off framework agreement. Additional details are provided within the tender pack.",
"contractPeriod": {
"endDate": "2029-01-31T23:59:59Z",
"startDate": "2026-06-01T00:00:00+01:00",
"maxExtentDate": "2031-01-31T23:59:59Z"
},
"hasRenewal": true,
"renewal": {
"description": "The framework allows for 2 optional 12 month extensions. Please note* This UK 4 Tender Notice relates to the first initial framework of the Open Framework which was advertised using F02 contract notice and is a corrected publication in line with the notices required under PA23. Initial F02 Contract Notice published: identifier: 2025/S 000-043929, Procurement identifier (OCID): ocds-h6vhtk-0556cd The start date of contract for the initial first framework is the 01/02/2026. The second framework within the open framework has an estimated start date of 01/06/2026"
},
"submissionTerms": {
"variantPolicy": "notAllowed",
"electronicCataloguePolicy": "required"
},
"hasOptions": false,
"status": "active",
"value": {
"amountGross": 11500000,
"currency": "GBP"
},
"awardCriteria": {
"criteria": [
{
"type": "price",
"name": "Price",
"numbers": [
{
"number": 40,
"weight": "percentageExact"
}
]
},
{
"type": "quality",
"name": "Quality",
"numbers": [
{
"number": 60,
"weight": "percentageExact"
}
]
},
{
"type": "price",
"name": "Price",
"numbers": [
{
"number": 40,
"weight": "percentageExact"
}
]
},
{
"type": "quality",
"name": "Quality",
"numbers": [
{
"number": 60,
"weight": "percentageExact"
}
]
}
]
},
"selectionCriteria": {
"criteria": [
{
"type": "technical",
"description": "Details of conditions of participation are clearly detailed in the tender documentation. Ofsted registration is required for some framework lots."
},
{
"type": "technical",
"description": "Details of conditions of participation are clearly detailed in the tender documentation. Ofsted registration is required for some framework lots."
}
]
},
"suitability": {
"sme": true,
"vcse": true
}
},
{
"id": "3",
"title": "Alternative Provision for pupils with medical conditions that prevent their attendance at school.",
"description": "Lot 3: Alternative Provision for pupils with medical conditions that prevent their attendance at school. Service Vision 1. The vision for the service is to ensure that all children, regardless of circumstance or setting, receive a good education. The service therefore is committed to ensuring all alternative provision commissioned for a child or young person in Westmorland and Furness is of good quality, registered where appropriate, and delivered by high quality staff with suitable training, experience, and safeguarding checks. 2. All alternative provision that is commissioned must be suitable to a child or young person's age, ability and aptitude and any special educational needs (SEN) they may have. 3. All children and young people will make good progress against outcomes, identified prior to the start of a placement with a Provider and will have access to meaningful qualifications. This will mean they are equipped to progress onto the next stage in their educational career and are enabled to participate and contribute positively to society in the future. 4. Placements into alternative provision will always be made with the child or young person's reintegration back into mainstream education or move onto a sustained post-16 destination in mind. 5. The placement of a child or young person with a Provider is consistent with the efficient use of resources. The Framework will be managed with providers being placed on a Provider List A or B. The criteria for being on each list is as follows: * List A is for Registered Providers who meet the criteria outlined in the service specification. Those applying to Lot 1 would be placed on this list. It is also possible those applying for Lot 3 could also be a registered provider and be placed on List A. * List B is for Providers who are unregistered whether applying for Lot 2 and or Lot 3. In establishment of the Framework, individual services will be procured by further competition or direct award with framework providers in compliance with the call off framework agreement. Additional details are provided within the tender pack.",
"contractPeriod": {
"endDate": "2029-01-31T23:59:59Z",
"startDate": "2026-06-01T00:00:00+01:00",
"maxExtentDate": "2031-01-31T23:59:59Z"
},
"hasRenewal": true,
"renewal": {
"description": "The framework allows for 2 optional 12 month extensions. Please note* This UK 4 Tender Notice relates to the first initial framework of the Open Framework which was advertised using F02 contract notice and is a corrected publication in line with the notices required under PA23. Initial F02 Contract Notice published: identifier: 2025/S 000-043929, Procurement identifier (OCID): ocds-h6vhtk-0556cd The start date of contract for the initial first framework is the 01/02/2026. The second framework within the open framework has an estimated start date of 01/06/2026"
},
"submissionTerms": {
"variantPolicy": "notAllowed",
"electronicCataloguePolicy": "required"
},
"hasOptions": false,
"status": "active",
"value": {
"amountGross": 11500000,
"currency": "GBP"
},
"awardCriteria": {
"criteria": [
{
"type": "price",
"name": "Price",
"numbers": [
{
"number": 40,
"weight": "percentageExact"
}
]
},
{
"type": "quality",
"name": "Quality",
"numbers": [
{
"number": 60,
"weight": "percentageExact"
}
]
},
{
"type": "price",
"name": "Price",
"numbers": [
{
"number": 40,
"weight": "percentageExact"
}
]
},
{
"type": "quality",
"name": "Quality",
"numbers": [
{
"number": 60,
"weight": "percentageExact"
}
]
}
]
},
"selectionCriteria": {
"criteria": [
{
"type": "technical",
"description": "Details of conditions of participation are clearly detailed in the tender documentation. Ofsted registration is required for some framework lots."
},
{
"type": "technical",
"description": "Details of conditions of participation are clearly detailed in the tender documentation. Ofsted registration is required for some framework lots."
}
]
},
"suitability": {
"sme": true,
"vcse": true
}
}
],
"communication": {
"futureNoticeDate": "2025-07-22T23:59:59+01:00"
},
"status": "active",
"value": {
"amountGross": 11500000,
"currency": "GBP"
},
"classification": {
"scheme": "CPV",
"id": "80000000",
"description": "Education and training services"
},
"submissionMethod": [
"electronicSubmission"
],
"submissionMethodDetails": "www.the-chest.org.uk The first initial framework tender closed on 26/09/2025 The second framework of the open framework closes on the 10/04/2026",
"coveredBy": [
"GPA"
],
"tenderPeriod": {
"endDate": "2026-04-10T10:00:00+01:00"
},
"submissionTerms": {
"languages": [
"en"
],
"electronicSubmissionPolicy": "allowed"
},
"awardPeriod": {
"startDate": "2025-09-10T11:00:00+01:00",
"endDate": "2026-05-05T23:59:59+01:00"
},
"bidOpening": {
"date": "2025-09-10T11:00:00+01:00"
},
"hasRecurrence": true,
"amendments": [
{
"id": "1",
"unstructuredChanges": [
{
"oldValue": {
"text": "In compliance with Section 9 (5) and 49 (1) of the PA 23, the Council intends to reopen the Framework for competition at least once during the first 3 years and before the end of the initial framework's Term. The Council reserves the right and may reopen the framework for competition within the first 9 months of the Term. (The Council is not obligated to re-open the framework unless it requires to do so) The Council reserves the right and may reopen the first subsequent framework for competition approximately 12 months following its commencement date and to reopen each subsequent framework for competition at 12-month intervals for the duration of the scheme of the open framework. (The Council is not obligated to re-open the framework unless it requires to do so) When the Council decides to reopen the framework for competition, the Council shall serve notice of its intention to do so and the Agreement will expire in accordance with clause 72.1 of the Framework Agreement. The initial framework agreement would then be replaced with a subsequent framework agreement."
},
"newValue": {
"text": "In compliance with Section 9 (5) and 49 (1) of the PA 23, the Council intends to reopen the Framework for competition at least once during the first 3 years and before the end of the initial framework's Term. The Council reserves the right and may reopen the framework for competition within the first 9 months of the Term. (The Council is not obligated to re-open the framework unless it requires to do so) The Council reserves the right and may reopen the first subsequent framework for competition approximately 12 months following its commencement date and to reopen each subsequent framework for competition at 12-month intervals for the duration of the scheme of the open framework. (The Council is not obligated to re-open the framework unless it requires to do so) When the Council decides to reopen the framework for competition, the Council shall serve notice of its intention to do so and the Agreement will expire in accordance with clause 72.1 of the Framework Agreement. The initial framework agreement would then be replaced with a subsequent framework agreement."
},
"where": {
"section": "11.1.4",
"label": "description"
}
}
]
},
{
"id": "2",
"unstructuredChanges": [
{
"oldValue": {
"text": "In compliance with Section 9 (5) and 49 (1) of the PA 23, the Council intends to reopen the Framework for competition at least once during the first 3 years and before the end of the initial framework's Term. The Council reserves the right and may reopen the framework for competition within the first 9 months of the Term. (The Council is not obligated to re-open the framework unless it requires to do so) The Council reserves the right and may reopen the first subsequent framework for competition approximately 12 months following its commencement date and to reopen each subsequent framework for competition at 12-month intervals for the duration of the scheme of the open framework. (The Council is not obligated to re-open the framework unless it requires to do so) When the Council decides to reopen the framework for competition, the Council shall serve notice of its intention to do so and the Agreement will expire in accordance with clause 72.1 of the Framework Agreement. The initial framework agreement would then be replaced with a subsequent framework agreement."
},
"newValue": {
"text": "Westmorland and Furness Council are undertaking a procurement exercise to establish a Light Touch - Open Framework of suppliers for Alternative Provision. The Services will support the delivery of Alternative Education Provision requirements for children in the Westmorland and Furness area. The framework will align with sections 9 (5) and 49 (1) of the Procurement Act 23 and support the priorities of the Westmorland and Furness Council Plan. Council plan | Westmorland and Furness Council). Service Description : The Framework Services will be procured under 3 lots Lot 1: Alternative Provision where the provider is registered with Ofsted (or an equivalent body). This may include providers who are registered with Ofsted, but the category of their registration does not include learners to whom they are offering alternative provision. Lot 2: Alternative Provision where the provider is not registered with Ofsted (or an equivalent body) Lot 3: Alternative Provision for pupils with medical conditions that prevent their attendance at school. The Framework will be managed with providers being placed on either Provider List A or B. The criteria for being on each list is as follows: * List A is for Registered Providers and therefore those applying to Lot 1 would be placed on this list. It is also possible those applying for Lot 3 could also be a registered provider and be placed on List A. * List B is for Providers who are unregistered whether applying for Lot 2 and or Lot 3. Service Vision 1. The vision for the service is to ensure that all children, regardless of circumstance or setting, receive a good education. The service therefore is committed to ensuring all alternative provision commissioned for a child or young person in Westmorland and Furness is of good quality, registered where appropriate, and delivered by high quality staff with suitable training, experience and safeguarding checks. 2. All alternative provision that is commissioned must be suitable to a child or young person's age, ability and aptitude and any special educational needs (SEN) they may have. 3. All children and young people will make good progress against outcomes, identified prior to the start of a placement with a Provider and will have access to meaningful qualifications. This will mean they are equipped to progress onto the next stage in their educational career and are enabled to participate and contribute positively to society in the future. 4. Placements into alternative provision will always be made with the child or young person's reintegration back into mainstream education or move onto a sustained post-16 destination in mind. 5. The placement of a child or young person with a Provider is consistent with the efficient use of resources. In establishment of the Framework, individual services will be procured by further competition or direct award with framework providers in compliance with the call off framework agreement. Further details are provided in the Framework Agreement Schedule 3 - Call Off Agreement with the tender pack. In compliance with Section 9 (5) and 49 (1) of the PA 23, the Council intends to reopen the Framework for competition at least once during the first 3 years and before the end of the initial framework's Term. The Council reserves the right and may reopen the framework for competition within the first 9 months of the Term. (The Council is not obligated to re-open the framework unless it requires to do so) The Council reserves the right and may reopen the first subsequent framework for competition approximately 12 months following its commencement date and to reopen each subsequent framework for competition at 12-month intervals for the duration of the scheme of the open framework. (The Council is not obligated to re-open the framework unless it requires to do so) When the Council decides to reopen the framework for competition, the Council shall serve notice of its intention to do so and the Agreement will expire in accordance with clause 72.1 of the Framework Agreement. The initial framework agreement would then be replaced with a subsequent framework agreement."
},
"where": {
"section": "11.1.4",
"label": "description"
}
}
]
},
{
"id": "022717-2026",
"description": "Procurement timeline has been updated"
}
],
"enquiryPeriod": {
"endDate": "2026-03-26T10:00:00Z"
},
"documents": [
{
"id": "conflictOfInterest",
"documentType": "conflictOfInterest",
"description": "Not published"
},
{
"id": "L-1",
"documentType": "biddingDocuments",
"url": "www.the-chest.org.uk"
},
{
"id": "021461-2026",
"documentType": "tenderNotice",
"noticeType": "UK4",
"description": "Tender notice on Find a Tender",
"url": "https://www.find-tender.service.gov.uk/Notice/021461-2026",
"datePublished": "2026-03-10T15:55:54Z",
"format": "text/html"
},
{
"id": "022717-2026",
"documentType": "tenderNotice",
"noticeType": "UK4",
"description": "Tender notice on Find a Tender",
"url": "https://www.find-tender.service.gov.uk/Notice/022717-2026",
"datePublished": "2026-03-13T09:49:42Z",
"format": "text/html"
}
],
"recurrence": {
"dates": [
{
"startDate": "2028-01-31T23:59:59Z"
},
{
"startDate": "2028-01-31T23:59:59Z"
}
]
}
},
"language": "en"
}