Tender

Open Framework for Alternative Provision

WESTMORLAND AND FURNESS COUNCIL

This public procurement record has 5 releases in its history.

TenderUpdate

11 Aug 2025 at 11:13

TenderUpdate

11 Aug 2025 at 11:07

Tender

29 Jul 2025 at 13:56

Planning

29 Jul 2025 at 13:05

Planning

01 Jul 2025 at 13:14

Summary of the contracting process

Westmorland and Furness Council is currently in the tender stage of establishing a Light Touch - Open Framework for Alternative Provision, designed to cater to the educational needs of children in the region. This procurement exercise is aimed at selecting a range of providers to deliver education and training services under various lots, including services from Ofsted-registered and non-registered providers, as well as catering to students with medical conditions. The Council, based in Kendal, UK, is opening this framework to further support their regional educational objectives. Interested parties must submit their bids by 10:00 on 10th September 2025, with the procurement process adhering to an open method, suitable for SME participation and held in compliance with the relevant UK legislative framework.

This tender represents an opportunity for businesses specializing in education and social services to expand their operations within the public sector. Providers of alternative education, especially those capable of meeting specific educational and safeguarding standards, are well-positioned to benefit. The lots offer diverse opportunities for both registered and non-registered organisations, including those focusing on children's diverse needs and on medical support. With the potential for regular reopening of the framework for competition, this initiative not only supports regional educational plans but also provides ongoing business development opportunities for service providers committed to high-quality educational outcomes.

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

Open Framework for Alternative Provision

Notice Description

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.

Lot Information

Alternative Provision for a provider registered with ofsted

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.

Renewal: 2 x 12 month extensions available

: Alternative Provision where the provider is not registered with Ofsted

Lot 2: Alternative Provision where the provider is not registered with Ofsted (or an equivalent body)

Renewal: 2 x 12 months extensions available

Alternative Provision for pupils with medical conditions

Lot 3: Alternative Provision for pupils with medical conditions that prevent their attendance at school.

Renewal: 2x12 months extension available

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.

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-0556cd
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/047602-2025
Current Stage
Tender
All Stages
Planning, Tender

Procurement Classification

Notice Type
UK2 - Preliminary Market Engagement Notice
Procurement Type
Framework
Procurement Category
Services
Procurement Method
Open
Procurement Method Details
Open procedure
Tender Suitability
SME
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
£115,000,000 £100M-£1B
Lots Value
Not specified
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
11 Aug 20256 months ago
Submission Deadline
10 Sep 2025Expired
Future Notice Date
22 Jul 2025Expired
Award Date
Not specified
Contract Period
1 Jan 2026 - 31 Dec 2028 3-4 years
Recurrence
Not specified

Notice Status

Tender Status
Active
Lots Status
Active
Awards Status
Not Specified
Contracts Status
Not Specified

Contracting Authority (Buyer)

Main Buyer
WESTMORLAND AND FURNESS COUNCIL
Contact Name
Ms Lisa Measures
Contact Email
lisa.measures@westmorlandandfurness.gov.uk, procurement.mailbox.waf@cumbria.gov.uk
Contact Phone
+44 1228226456

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)

Local Authority
Westmorland and Furness
Electoral Ward
Kendal Strickland and Fell
Westminster Constituency
Westmorland and Lonsdale

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-0556cd-2025-08-11T12:13:20+01:00",
    "date": "2025-08-11T12:13:20+01:00",
    "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": [
                    {
                        "scheme": "UK_CA_TYPE",
                        "id": "publicAuthoritySubCentralGovernment",
                        "description": "Public authority - sub-central government"
                    }
                ]
            }
        },
        {
            "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": [
                    {
                        "scheme": "TED_CA_TYPE",
                        "id": "REGIONAL_AUTHORITY",
                        "description": "Regional or local authority"
                    },
                    {
                        "scheme": "COFOG",
                        "id": "01",
                        "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-FTS-80954",
        "name": "Westmorland and Furness Council"
    },
    "tender": {
        "id": "DN783408",
        "legalBasis": {
            "id": "32014L0023",
            "scheme": "CELEX",
            "uri": "https://www.legislation.gov.uk/ukpga/2023/54/contents"
        },
        "title": "Open Framework for Alternative Provision",
        "description": "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.",
        "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"
                    }
                ],
                "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"
                    }
                ],
                "relatedLot": "2"
            },
            {
                "id": "3",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "85000000",
                        "description": "Health and social work services"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKD"
                    }
                ],
                "relatedLot": "3"
            }
        ],
        "procurementMethod": "open",
        "procurementMethodDetails": "Open procedure",
        "mainProcurementCategory": "services",
        "specialRegime": [
            "lightTouch"
        ],
        "aboveThreshold": true,
        "techniques": {
            "hasFrameworkAgreement": true
        },
        "lots": [
            {
                "id": "1",
                "suitability": {
                    "sme": true
                },
                "contractPeriod": {
                    "startDate": "2026-01-01T00:00:00Z",
                    "endDate": "2028-12-31T23:59:59Z",
                    "maxExtentDate": "2030-12-31T23:59:59Z"
                },
                "hasRenewal": true,
                "status": "active",
                "title": "Alternative Provision for a provider registered with ofsted",
                "description": "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.",
                "renewal": {
                    "description": "2 x 12 month extensions available"
                },
                "submissionTerms": {
                    "variantPolicy": "notAllowed",
                    "electronicCataloguePolicy": "required"
                },
                "hasOptions": false
            },
            {
                "id": "2",
                "title": ": Alternative Provision where the provider is not registered with Ofsted",
                "description": "Lot 2: Alternative Provision where the provider is not registered with Ofsted (or an equivalent body)",
                "contractPeriod": {
                    "endDate": "2028-12-31T23:59:59Z"
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "2 x 12 months extensions available"
                },
                "submissionTerms": {
                    "variantPolicy": "notAllowed",
                    "electronicCataloguePolicy": "required"
                },
                "hasOptions": false,
                "status": "active"
            },
            {
                "id": "3",
                "title": "Alternative Provision for pupils with medical conditions",
                "description": "Lot 3: Alternative Provision for pupils with medical conditions that prevent their attendance at school.",
                "contractPeriod": {
                    "endDate": "2028-12-31T23:59:59Z"
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "2x12 months extension available"
                },
                "submissionTerms": {
                    "variantPolicy": "notAllowed",
                    "electronicCataloguePolicy": "required"
                },
                "hasOptions": false,
                "status": "active"
            }
        ],
        "communication": {
            "futureNoticeDate": "2025-07-22T23:59:59+01:00"
        },
        "status": "active",
        "value": {
            "amountGross": 115000000,
            "currency": "GBP"
        },
        "classification": {
            "scheme": "CPV",
            "id": "80000000",
            "description": "Education and training services"
        },
        "submissionMethod": [
            "electronicSubmission"
        ],
        "submissionMethodDetails": "http://www.yhr-chest.gov.uk",
        "coveredBy": [
            "GPA"
        ],
        "tenderPeriod": {
            "endDate": "2025-09-10T10:00:00+01:00"
        },
        "submissionTerms": {
            "languages": [
                "en"
            ]
        },
        "awardPeriod": {
            "startDate": "2025-09-10T11:00:00+01:00"
        },
        "bidOpening": {
            "date": "2025-09-10T11:00:00+01:00"
        },
        "hasRecurrence": false,
        "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"
                        }
                    }
                ]
            }
        ]
    },
    "language": "en"
}