Tender

(Land Management) Provision of Alternative Education to Respect Collaboration Trust

RESPECT COLLABORATION TRUST

This public procurement record has 1 release in its history.

Tender

20 Apr 2026 at 18:21

Summary of the contracting process

The Respect Collaboration Trust, a sub-central government authority located in Derby, United Kingdom, is seeking tenders for the provision of alternative education services, specifically land management, to support children of compulsory school age who are excluded or suspended and require education outside of school. This service falls under the industry category of education and training services. The procurement process is currently at the tender stage, initiated through an open procedure, with key dates including the tender end date on 22nd May 2026 at midday and the award period set to conclude on 1st June 2026. The contract will commence on 1st September 2026 and run until 31st August 2027, with potential renewal options available annually for up to five years.

This tender presents noteworthy growth opportunities for businesses specialising in educational services, particularly those with expertise in land management and alternative schooling methods. It is ideal for SMEs and VCSEs equipped to meet the criteria of public liability insurance and technical ability. Companies with a strong background in delivering similar services and those capable of providing innovative and effective educational solutions will find promising prospects in this opportunity. It encourages submissions that demonstrate quality service offerings and competitive pricing, with a total budget of £200,000. Businesses that can address the needs of vulnerable pupils and adhere to safeguarding standards while meeting educational and operational requirements are well-suited to participate in this tender.

Find more tenders on our Open Data Platform.
How relevant is this notice?

Notice Title

(Land Management) Provision of Alternative Education to Respect Collaboration Trust

Notice Description

Provision of Alternative Education (Land Management) to Respect Collaboration Trust. The Trust ("RCT") has a statutory duty to make arrangements for the provision of appropriate education otherwise than at school, for children of compulsory school age who, by reason of suspension or exclusion from school or otherwise, will not receive a suitable education without these arrangements.

Lot Information

Lot 1

Options: The scope of this agreement is not restricted by pupil numbers. It is anticipated that places will be purchased on an ad hoc basis, dependant on the pupil's requirements and capacity of the best value provider. However, it will be possible, in some areas, for core places to be arranged on a regular basis.

Renewal: Rolling year on year for 5 years (1+1+1+1+1)

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-0686cf
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/035845-2026
Current Stage
Tender
All Stages
Tender

Procurement Classification

Notice Type
UK4 - Tender Notice
Procurement Type
Standard
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


CPV Codes

80000000 - Education and training services

Notice Value(s)

Tender Value
£200,000 £100K-£500K
Lots Value
£200,000 £100K-£500K
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
20 Apr 20263 days ago
Submission Deadline
22 May 20264 weeks to go
Future Notice Date
Not specified
Award Date
Not specified
Contract Period
31 Aug 2026 - 31 Aug 2027 6-12 months
Recurrence
2031-01-01

Notice Status

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

Contracting Authority (Buyer)

Main Buyer
RESPECT COLLABORATION TRUST
Contact Name
Available with D3 Tenders Premium →
Contact Email
Available with D3 Tenders Premium →
Contact Phone
Available with D3 Tenders Premium →

Buyer Location

Locality
DERBY
Postcode
DE1 3LB
Post Town
Derby
Country
England

Major Region (ITL 1)
TLF East Midlands (England)
Basic Region (ITL 2)
TLF1 Derbyshire and Nottinghamshire
Small Region (ITL 3)
TLF11 Derby
Delivery Location
TLF1 Derbyshire and Nottinghamshire

Local Authority
Derby
Electoral Ward
Darley
Westminster Constituency
Derby North

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-0686cf-2026-04-20T19:21:01+01:00",
    "date": "2026-04-20T19:21:01+01:00",
    "ocid": "ocds-h6vhtk-0686cf",
    "initiationType": "tender",
    "parties": [
        {
            "id": "GB-COH-16467932",
            "name": "RESPECT COLLABORATION TRUST",
            "identifier": {
                "scheme": "GB-COH",
                "id": "16467932"
            },
            "additionalIdentifiers": [
                {
                    "scheme": "GB-PPON",
                    "id": "PZXX-7178-BQRZ"
                }
            ],
            "address": {
                "streetAddress": "Bridge Street School",
                "locality": "Derby",
                "postalCode": "DE1 3LB",
                "country": "GB",
                "countryName": "United Kingdom",
                "region": "UKF11"
            },
            "contactPoint": {
                "name": "Vicki Grainger",
                "email": "v.grainger@respectschools.co.uk"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "classifications": [
                    {
                        "id": "publicAuthoritySubCentralGovernment",
                        "scheme": "UK_CA_TYPE",
                        "description": "Public authority - sub-central government"
                    }
                ]
            }
        }
    ],
    "buyer": {
        "id": "GB-COH-16467932",
        "name": "RESPECT COLLABORATION TRUST"
    },
    "planning": {
        "noEngagementNoticeRationale": "A Preliminary Market Engagement Notice was published. The system was unable to link it as already linked to another tender. multiple tenders are being published following this Pre-Market Engagement Notice identifier: 2026/S 000-008280 Procurement identifier (OCID): ocds-h6vhtk-061286"
    },
    "tender": {
        "id": "RCT01.06",
        "legalBasis": {
            "id": "2023/54",
            "scheme": "UKPGA",
            "uri": "https://www.legislation.gov.uk/ukpga/2023/54/contents"
        },
        "title": "(Land Management) Provision of Alternative Education to Respect Collaboration Trust",
        "description": "Provision of Alternative Education (Land Management) to Respect Collaboration Trust. The Trust (\"RCT\") has a statutory duty to make arrangements for the provision of appropriate education otherwise than at school, for children of compulsory school age who, by reason of suspension or exclusion from school or otherwise, will not receive a suitable education without these arrangements.",
        "status": "active",
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "80000000",
                        "description": "Education and training services"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKF1",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    }
                ],
                "relatedLot": "1"
            }
        ],
        "value": {
            "amountGross": 220000,
            "amount": 200000,
            "currency": "GBP"
        },
        "procurementMethod": "open",
        "procurementMethodDetails": "Open procedure",
        "mainProcurementCategory": "services",
        "specialRegime": [
            "lightTouch"
        ],
        "aboveThreshold": true,
        "coveredBy": [
            "GPA"
        ],
        "submissionMethodDetails": "https://uk.eu-supply.com/login.asp?B=PHPLAWLLP",
        "submissionTerms": {
            "electronicSubmissionPolicy": "allowed",
            "languages": [
                "en"
            ]
        },
        "tenderPeriod": {
            "endDate": "2026-05-22T12:00:00+01:00"
        },
        "enquiryPeriod": {
            "endDate": "2026-05-22T12:00:00+01:00"
        },
        "awardPeriod": {
            "endDate": "2026-06-01T23:59:59+01:00"
        },
        "lots": [
            {
                "id": "1",
                "status": "active",
                "value": {
                    "amountGross": 220000,
                    "amount": 200000,
                    "currency": "GBP"
                },
                "awardCriteria": {
                    "weightingDescription": "Weighting split: Quality 70%/ Price 30% Total quality score out of 126",
                    "criteria": [
                        {
                            "type": "quality",
                            "name": "Quality",
                            "description": "Service Offer Maximum score of 6 Provision Location Maximum score of 6 Staffing Qualifications and Experience Maximum score of 18 Course Provision Maximum score of 12 Progress Tracking and Outcomes Maximum score of 18 Attendance maximum score of 18 Quality Behavioural and Safeguarding Management Maximum score of 18 Quality Assurance and Compliance Maximum score of 12 Policies Maximum score of 18"
                        },
                        {
                            "type": "price",
                            "name": "Price",
                            "description": "Price - 30%"
                        }
                    ]
                },
                "selectionCriteria": {
                    "criteria": [
                        {
                            "type": "economic",
                            "description": "a. Public Liability - Minimum PS5 million b. Employers Liability - Minimum PS5 million (where applicable) c. Motor - to cover any vehicles/drivers used to transport pupils (where applicable) d. Cyber Liability - PS250K - PS1 million (depending on size of company) e. Abuse/Sexual Misconduct Liability - Standalone or often included in Public Liability *There is a legal requirement for certain employers to hold Employer's (Compulsory) Liability Insurance of PS5 million as a minimum. See the Health and Safety Executive website for more information: www.hse.gov.uk/pubns/hse39.pdf."
                        },
                        {
                            "type": "technical",
                            "description": "Please provide details of up to two contracts to meet conditions of participation relating to technical ability set out in the relevant notice or procurement documents, in any combination from either the public or private sectors (which may include samples of grant-funded work). Where this procurement is for goods or services, the examples must be from the past three years. The named contact provided should be able to provide written evidence to confirm the accuracy of the information provided. For consortium bids, or where you have indicated that you are relying on an associated person to meet the technical ability, you should provide relevant examples of where the associated person has delivered similar requirements. If this is not possible (e.g. the consortium is newly formed or a special purpose vehicle is to be created for this contract) then three separate examples should be provided between the principal member(s) of the proposed consortium or members of the special purpose vehicle or sub-contractors (three examples are not required from each member). If you are a new start-up company and cannot provide at least one example of previous contracts that are relevant to the requirement, in no more than 500 words please provide an explanation for this and how you meet the conditions of participation relating to technical ability. NB a 'new start up company' is defined only as a company that has been trading less than 12 months at the point of tender submission, and/or is unable to provide the minimum number of contract references requested due to limited trading history The submission of alternative evidence does not guarantee acceptance. The Authority reserves the right to assess the overall risk associated with appointing a start-up organisation and may reject a Tender where it considers that insufficient assurance has been provided"
                        }
                    ]
                },
                "suitability": {
                    "sme": true,
                    "vcse": true
                },
                "contractPeriod": {
                    "startDate": "2026-09-01T00:00:00+01:00",
                    "endDate": "2027-08-31T23:59:59+01:00",
                    "maxExtentDate": "2031-08-31T23:59:59+01:00"
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "Rolling year on year for 5 years (1+1+1+1+1)"
                },
                "hasOptions": true,
                "options": {
                    "description": "The scope of this agreement is not restricted by pupil numbers. It is anticipated that places will be purchased on an ad hoc basis, dependant on the pupil's requirements and capacity of the best value provider. However, it will be possible, in some areas, for core places to be arranged on a regular basis."
                }
            }
        ],
        "documents": [
            {
                "id": "conflictOfInterest",
                "documentType": "conflictOfInterest",
                "description": "Not published"
            },
            {
                "id": "035845-2026",
                "documentType": "tenderNotice",
                "noticeType": "UK4",
                "description": "Tender notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/035845-2026",
                "datePublished": "2026-04-20T19:21:01+01:00",
                "format": "text/html"
            }
        ],
        "hasRecurrence": true,
        "recurrence": {
            "dates": [
                {
                    "startDate": "2031-01-01T23:59:59Z"
                }
            ]
        },
        "contractTerms": {
            "financialTerms": "Specific costs of placement should be included in the tender application and remain in place for the full academic year. Placements costs will be reviewed between the commissioner and provider annually and any agreed changes confirmed in writing to be effective for the next academic year. Pupils who are in receipt of Free School Meals must be provided with an appropriate meal where the provider is offering a full day placement. Providers should make adequate provision for this meal in accordance with School food standards practical guide, up to the value of the current free school meal price of Derby City Local Authority. Costs incurred by providers in the provision of a free school meal should be invoiced separately to the contract invoices. Costs will only be reimbursed up to the current free school meal value."
        },
        "riskDetails": "Safeguarding - Weak safeguarding processes, incomplete DBS checks, or poor supervision of vulnerable pupils. * Quality of Education - Provision not meeting curriculum/SEND needs, inconsistent attendance management, weak reintegration support. * Data Protection - Risks around pupil data handling, insecure systems, or storage outside the UK without approval. * Compliance - Failure to meet statutory AP guidance, equality duties, or contractual/social value commitments. * Financial Stability - Provider insolvency, unexpected costs, or gaps in insurance and liability cover. * Operational Delivery - Staffing shortages, high turnover, lack of specialist skills, or unreliable transport/logistics. * Reputational Risk - Complaints, negative outcomes, or scrutiny from regulators reflecting poorly on the school/Trust. * Contract Management - Poor reporting, missed KPIs, unclear escalation routes, or limited evidence of impact."
    },
    "language": "en"
}