Notice Information
Notice Title
Tender Notice Clarification: Framework Agreement for the provision for Alternative Provision, Education Outreach and Inclusion Services [Notice ID: 2025/S 000-076692] Correction of submission deadline
Notice Description
This notice is a clarification to the Tender Notice published on 25 November 2025: - Notice Identifier: 2025/S 000-076691 - Procurement Title : Framework Agreement for the provision for Alternative Provision, Education Outreach and Inclusion Services - Procurement Identifier (OCID): ocds-h6vhtk-055608 The Council has identified an administrative error in the original Tender notice. The submission deadline stated in the notice is incorrect and is showing in the notice as being out of date. The deadline for submission of tenders in the notice should have stated: 11:30am 19 January 2026 (as reflected on the e-tendering portal). To ensure transparency and equal treatment of suppliers, this submission deadline is being extended. The revised and binding deadline for submission of tenders is now 12:00pm 26 January 2026 (as reflected on the e-tendering portal). Procurement Description (This remains as per the original notice): Royal Greenwich Council would like to hear from service providers who are interested and capable of delivering excellent, high quality and outcome focussed education services to support and raise attainment, attendance, aspiration and engagement of vulnerable children and young people of statutory school age in education and for young people up to the age of 25 who have an Education, Health and Care Plan. To also work towards successful transition to education, employment or training post-16 at the end of Key Stage 4. The objectives of the services are to provide a flexible response to either compliment, or provide an alternative to the teaching and learning available within mainstream and specialist provision or for children not engaged in education.
Lot Information
Alternative Provision
Lot 1 Alternative Provision will deliver a minimum of 25 hours (full-time) per week of education placements within a Department of Education (DfE) registered school on-site for secondary-aged pupils (Key Stages 3 and 4) who are permanently excluded, at risk of exclusion, or unable to engage with mainstream education.
Renewal: The Authority is intending to establish an open framework in accordance with Section 49 of the Procurement Act 2023 for the provision of Alternative Provision, Education Outreach and Inclusion Services. The Authority is required to re-open the Framework within the first three years of the term, to enable new providers to be admitted to it for the remainder of its term, which may be extended for any period/s up to a maximum of two further two years, making a maximum framework term of 5 years.
Vocational and Alternative CurriculumLot 2 Vocational and Alternative Curriculum will deliver a minimum of 18 hours per week of vocational education, primarily for Key Stage 3 and 4 pupils, combining practical, accredited learning with pathways into employment, apprenticeships, or further education. Placements shall include recognised vocational qualifications in practical courses such as motor mechanics, bricklaying, plumbing or hairdressing as well as core academic subjects, and embedded careers support.
Renewal: The Authority is intending to establish an open framework in accordance with Section 49 of the Procurement Act 2023 for the provision of Alternative Provision, Education Outreach and Inclusion Services. The Authority is required to re-open the Framework within the first three years of the term, to enable new providers to be admitted to it for the remainder of its term, which may be extended for any period/s up to a maximum of two further two years, making a maximum framework term of 5 years.
Education Outreach and Inclusion SupportLot 3 Education Outreach and Inclusion Support will deliver individualised interventions on an hourly basis to help prevent suspension, exclusions and sustain education placements. Providers collaborate with schools, SENCOs, and Inclusion Leads to support Children with emerging Social, Emotional and Mental Health (SEMH) needs and behavioural challenges
Renewal: The Authority is intending to establish an open framework in accordance with Section 49 of the Procurement Act 2023 for the provision of Alternative Provision, Education Outreach and Inclusion Services. The Authority is required to re-open the Framework within the first three years of the term, to enable new providers to be admitted to it for the remainder of its term, which may be extended for any period/s up to a maximum of two further two years, making a maximum framework term of 5 years.
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-h6vhtk-060951
- Publication Source
- Find A Tender Service
- Latest Notice
- https://www.find-tender.service.gov.uk/Notice/004559-2026
- Current Stage
- Tender
- All Stages
- Tender
Procurement Classification
- Notice Type
- UK4 - Tender Notice
- Procurement Type
- Framework
- Procurement Category
- Services
- Procurement Method
- Open
- Procurement Method Details
- Competitive flexible procedure
- Tender Suitability
- SME, VCSE
- Awardee Scale
- Not specified
Common Procurement Vocabulary (CPV)
- CPV Divisions
80 - Education and training services
-
- CPV Codes
80000000 - Education and training services
Notice Value(s)
- Tender Value
- £25,000,000 £10M-£100M
- Lots Value
- £25,000,000 £10M-£100M
- Awards Value
- Not specified
- Contracts Value
- Not specified
Notice Dates
- Publication Date
- 19 Jan 2026Today
- Submission Deadline
- 26 Jan 20266 days to go
- Future Notice Date
- Not specified
- Award Date
- Not specified
- Contract Period
- 31 Aug 2026 - 31 Aug 2029 3-4 years
- Recurrence
- Not specified
Notice Status
- Tender Status
- Active
- Lots Status
- Active
- Awards Status
- Not Specified
- Contracts Status
- Not Specified
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- ROYAL BOROUGH OF GREENWICH
- Contact Name
- Not specified
- Contact Email
- procurement@royalgreenwich.gov.uk
- Contact Phone
- Not specified
Buyer Location
- Locality
- LONDON
- Postcode
- SE18 6HQ
- Post Town
- South East London
- Country
- England
-
- Major Region (ITL 1)
- TLI London
- Basic Region (ITL 2)
- TLI5 Outer London - East and North East
- Small Region (ITL 3)
- TLI51 Bexley and Greenwich
- Delivery Location
- TLI51 Bexley and Greenwich
-
- Local Authority
- Greenwich
- Electoral Ward
- Woolwich Arsenal
- Westminster Constituency
- Greenwich and Woolwich
Further Information
Notice Documents
-
https://www.find-tender.service.gov.uk/Notice/004559-2026
19th January 2026 - Tender 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-060951-2026-01-19T19:03:25Z",
"date": "2026-01-19T19:03:25Z",
"ocid": "ocds-h6vhtk-060951",
"initiationType": "tender",
"parties": [
{
"id": "GB-PPON-PXBB-6689-HZVL",
"name": "Royal Borough of Greenwich",
"identifier": {
"scheme": "GB-PPON",
"id": "PXBB-6689-HZVL"
},
"address": {
"streetAddress": "The Woolwich Centre, 35 Wellington Street",
"locality": "London",
"postalCode": "SE18 6HQ",
"country": "GB",
"countryName": "United Kingdom",
"region": "UKI51"
},
"contactPoint": {
"email": "procurement@royalgreenwich.gov.uk"
},
"roles": [
"buyer"
],
"details": {
"classifications": [
{
"id": "publicAuthoritySubCentralGovernment",
"scheme": "UK_CA_TYPE",
"description": "Public authority - sub-central government"
}
]
}
}
],
"buyer": {
"id": "GB-PPON-PXBB-6689-HZVL",
"name": "Royal Borough of Greenwich"
},
"planning": {
"noEngagementNoticeRationale": "A preliminary market engagement notice was published 30 June 2025. Notice identifier: 2025/S 000-036190"
},
"tender": {
"id": "ocds-h6vhtk-060951",
"legalBasis": {
"id": "2023/54",
"scheme": "UKPGA",
"uri": "https://www.legislation.gov.uk/ukpga/2023/54/contents"
},
"title": "Tender Notice Clarification: Framework Agreement for the provision for Alternative Provision, Education Outreach and Inclusion Services [Notice ID: 2025/S 000-076692] Correction of submission deadline",
"description": "This notice is a clarification to the Tender Notice published on 25 November 2025: - Notice Identifier: 2025/S 000-076691 - Procurement Title : Framework Agreement for the provision for Alternative Provision, Education Outreach and Inclusion Services - Procurement Identifier (OCID): ocds-h6vhtk-055608 The Council has identified an administrative error in the original Tender notice. The submission deadline stated in the notice is incorrect and is showing in the notice as being out of date. The deadline for submission of tenders in the notice should have stated: 11:30am 19 January 2026 (as reflected on the e-tendering portal). To ensure transparency and equal treatment of suppliers, this submission deadline is being extended. The revised and binding deadline for submission of tenders is now 12:00pm 26 January 2026 (as reflected on the e-tendering portal). Procurement Description (This remains as per the original notice): Royal Greenwich Council would like to hear from service providers who are interested and capable of delivering excellent, high quality and outcome focussed education services to support and raise attainment, attendance, aspiration and engagement of vulnerable children and young people of statutory school age in education and for young people up to the age of 25 who have an Education, Health and Care Plan. To also work towards successful transition to education, employment or training post-16 at the end of Key Stage 4. The objectives of the services are to provide a flexible response to either compliment, or provide an alternative to the teaching and learning available within mainstream and specialist provision or for children not engaged in education.",
"status": "active",
"items": [
{
"id": "1",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "80000000",
"description": "Education and training services"
}
],
"deliveryAddresses": [
{
"region": "UKI51",
"country": "GB",
"countryName": "United Kingdom"
}
],
"relatedLot": "1"
},
{
"id": "2",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "80000000",
"description": "Education and training services"
}
],
"deliveryAddresses": [
{
"region": "UKI51",
"country": "GB",
"countryName": "United Kingdom"
}
],
"relatedLot": "2"
},
{
"id": "3",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "80000000",
"description": "Education and training services"
}
],
"deliveryAddresses": [
{
"region": "UKI51",
"country": "GB",
"countryName": "United Kingdom"
}
],
"relatedLot": "3"
}
],
"value": {
"amountGross": 25000000,
"amount": 25000000,
"currency": "GBP"
},
"procurementMethod": "open",
"procurementMethodDetails": "Competitive flexible procedure",
"procedure": {
"isAccelerated": true,
"acceleratedRationale": "Light touch contract",
"features": "Tenderers are required to complete all three stages of the procurement during publication of the tender before the published deadline (similar to the open procedure). This includes the Procurement Selection Questionnaire, Quality submission and price submissions. The evaluation process to appoint Potential Suppliers to the Framework will involve three stages. The first stage will be 'Procurement Selection Questionnaire, the second stage will be the evaluation of the 'Quality' submission, and the third stage will be the evaluation of the 'Price' submission. Tenderers who fail Stage 1 (Conditions of Participation/Procurement Selection Questionnaire) will not have their Tender evaluated under Stage 2 (Quality); and Tenderers who fail Stage 2 (Quality) will not have their Tender evaluated under Stage 3 (Price). Please note that a reduced tendering period is not being used as this Tender notice (as detailed under the Scope section) is a clarification to a Tender notice already published to correct an administrative error in relation to the submission deadline. This tender has been 'Live' from 25 November 2025."
},
"mainProcurementCategory": "services",
"specialRegime": [
"lightTouch"
],
"aboveThreshold": true,
"coveredBy": [
"GPA"
],
"techniques": {
"hasFrameworkAgreement": true,
"frameworkAgreement": {
"isOpenFrameworkScheme": true,
"method": "withAndWithoutReopeningCompetition",
"type": "open",
"buyerCategories": "The Council may at its discretion allow Royal Greenwich Maintained Schools, Academy Trusts and other Local Authorities to access the framework",
"description": "Please refer to the Instructions to Tender document",
"openFrameworkSchemeEndDate": "2031-08-31T23:59:59+01:00"
}
},
"submissionMethodDetails": "Please register at https://supplierlive.proactisp2p.com/Account/Login",
"submissionTerms": {
"electronicSubmissionPolicy": "allowed",
"languages": [
"en"
]
},
"tenderPeriod": {
"endDate": "2026-01-26T12:00:00Z"
},
"awardPeriod": {
"endDate": "2026-04-30T23:59:59+01:00"
},
"lots": [
{
"id": "1",
"title": "Alternative Provision",
"description": "Lot 1 Alternative Provision will deliver a minimum of 25 hours (full-time) per week of education placements within a Department of Education (DfE) registered school on-site for secondary-aged pupils (Key Stages 3 and 4) who are permanently excluded, at risk of exclusion, or unable to engage with mainstream education.",
"status": "active",
"value": {
"amountGross": 15000000,
"amount": 15000000,
"currency": "GBP"
},
"awardCriteria": {
"criteria": [
{
"type": "quality",
"name": "Quality",
"numbers": [
{
"number": 70,
"weight": "percentageExact"
}
]
},
{
"type": "price",
"name": "Price",
"numbers": [
{
"number": 30,
"weight": "percentageExact"
}
]
}
]
},
"selectionCriteria": {
"criteria": [
{
"type": "economic",
"description": "Please refer to the Instructions to Tender document"
},
{
"type": "technical",
"description": "Please refer to the Instructions to Tender document"
}
]
},
"suitability": {
"sme": true,
"vcse": true
},
"contractPeriod": {
"startDate": "2026-09-01T00:00:00+01:00",
"endDate": "2029-08-31T23:59:59+01:00",
"maxExtentDate": "2031-08-31T23:59:59+01:00"
},
"hasRenewal": true,
"renewal": {
"description": "The Authority is intending to establish an open framework in accordance with Section 49 of the Procurement Act 2023 for the provision of Alternative Provision, Education Outreach and Inclusion Services. The Authority is required to re-open the Framework within the first three years of the term, to enable new providers to be admitted to it for the remainder of its term, which may be extended for any period/s up to a maximum of two further two years, making a maximum framework term of 5 years."
}
},
{
"id": "2",
"title": "Vocational and Alternative Curriculum",
"description": "Lot 2 Vocational and Alternative Curriculum will deliver a minimum of 18 hours per week of vocational education, primarily for Key Stage 3 and 4 pupils, combining practical, accredited learning with pathways into employment, apprenticeships, or further education. Placements shall include recognised vocational qualifications in practical courses such as motor mechanics, bricklaying, plumbing or hairdressing as well as core academic subjects, and embedded careers support.",
"status": "active",
"value": {
"amountGross": 6000000,
"amount": 6000000,
"currency": "GBP"
},
"awardCriteria": {
"criteria": [
{
"type": "quality",
"name": "Quality",
"numbers": [
{
"number": 70,
"weight": "percentageExact"
}
]
},
{
"type": "price",
"name": "Price",
"numbers": [
{
"number": 30,
"weight": "percentageExact"
}
]
}
]
},
"selectionCriteria": {
"criteria": [
{
"type": "economic",
"description": "Please refer to the Instructions to Tender document"
},
{
"type": "technical",
"description": "Please refer to the Instructions to Tender document"
}
]
},
"suitability": {
"sme": true,
"vcse": true
},
"contractPeriod": {
"startDate": "2026-09-01T00:00:00+01:00",
"endDate": "2029-08-31T23:59:59+01:00",
"maxExtentDate": "2031-08-31T23:59:59+01:00"
},
"hasRenewal": true,
"renewal": {
"description": "The Authority is intending to establish an open framework in accordance with Section 49 of the Procurement Act 2023 for the provision of Alternative Provision, Education Outreach and Inclusion Services. The Authority is required to re-open the Framework within the first three years of the term, to enable new providers to be admitted to it for the remainder of its term, which may be extended for any period/s up to a maximum of two further two years, making a maximum framework term of 5 years."
}
},
{
"id": "3",
"title": "Education Outreach and Inclusion Support",
"description": "Lot 3 Education Outreach and Inclusion Support will deliver individualised interventions on an hourly basis to help prevent suspension, exclusions and sustain education placements. Providers collaborate with schools, SENCOs, and Inclusion Leads to support Children with emerging Social, Emotional and Mental Health (SEMH) needs and behavioural challenges",
"status": "active",
"value": {
"amountGross": 4000000,
"amount": 4000000,
"currency": "GBP"
},
"awardCriteria": {
"criteria": [
{
"type": "quality",
"name": "Quality",
"numbers": [
{
"number": 70,
"weight": "percentageExact"
}
]
},
{
"type": "price",
"name": "Price",
"numbers": [
{
"number": 30,
"weight": "percentageExact"
}
]
}
]
},
"selectionCriteria": {
"criteria": [
{
"type": "economic",
"description": "Please refer to the Instructions to Tender document"
},
{
"type": "technical",
"description": "Please refer to the Instructions to Tender document"
}
]
},
"suitability": {
"sme": true,
"vcse": true
},
"contractPeriod": {
"startDate": "2026-09-01T00:00:00+01:00",
"endDate": "2029-08-31T23:59:59+01:00",
"maxExtentDate": "2031-08-31T23:59:59+01:00"
},
"hasRenewal": true,
"renewal": {
"description": "The Authority is intending to establish an open framework in accordance with Section 49 of the Procurement Act 2023 for the provision of Alternative Provision, Education Outreach and Inclusion Services. The Authority is required to re-open the Framework within the first three years of the term, to enable new providers to be admitted to it for the remainder of its term, which may be extended for any period/s up to a maximum of two further two years, making a maximum framework term of 5 years."
}
}
],
"documents": [
{
"id": "conflictOfInterest",
"documentType": "conflictOfInterest",
"description": "Not published"
},
{
"id": "004559-2026",
"documentType": "tenderNotice",
"noticeType": "UK4",
"description": "Tender notice on Find a Tender",
"url": "https://www.find-tender.service.gov.uk/Notice/004559-2026",
"datePublished": "2026-01-19T19:03:25Z",
"format": "text/html"
}
]
},
"language": "en"
}