Tender

(Engagement Mentoring) Provision of Alternative Education to Respect Collaboration Trust

RESPECT COLLABORATION TRUST

This public procurement record has 2 releases in its history.

TenderUpdate

11 May 2026 at 18:59

Tender

05 May 2026 at 13:51

Summary of the contracting process

The RESPECT COLLABORATION TRUST, a sub-central government public authority, is seeking to procure services for the Provision of Alternative Education (Engagement Mentoring) in Derby, UK. The open procedure tender, identified by RCT01.06, is currently in the tender update stage with a closing date for submissions set for 5th June 2026 at 12:00 noon. The procurement falls under the light-touch regime and the main category is education and training services, with a contract value of approximately £335,000 to £402,000 gross. The procurement process involves electronic submission, open to participants operating within the specified legal and operational frameworks, and is aligned with UK statutory provisions.

This tender presents significant opportunities for businesses specializing in education services, particularly those experienced in delivering alternative education programmes for young people requiring engagement mentoring. With a focus on high-quality service provision and competitive pricing, this contract would be well-suited for enterprises, including SMEs and VCSEs, capable of demonstrating strong technical abilities and economic stability. Firms with a commitment to delivering high standards in education and compliance with safeguarding protocols should find this tender an attractive opportunity to expand their services and establish a foothold in the educational services sector.

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

Notice Title

(Engagement Mentoring) Provision of Alternative Education to Respect Collaboration Trust

Notice Description

Provision of Alternative Education (Engagement Mentoring) 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. Top 3 highest scoring Bidders are awarded a contract

Lot Information

Lot 1

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

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-0691a4
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/043248-2026
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
£335,000 £100K-£500K
Lots Value
£335,000 £100K-£500K
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
11 May 20262 days ago
Submission Deadline
5 Jun 20263 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
Additional Buyers

PHP LAW LLP

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)
TLK South West (England)
Basic Region (ITL 2)
TLK4 Devon
Small Region (ITL 3)
TLK43 Devon CC
Delivery Location
TLF1 Derbyshire and Nottinghamshire

Local Authority
South Hams
Electoral Ward
Totnes
Westminster Constituency
South Devon

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-0691a4-2026-05-11T19:59:51+01:00",
    "date": "2026-05-11T19:59:51+01:00",
    "ocid": "ocds-h6vhtk-0691a4",
    "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": {
                "email": "v.grainger@respectschools.co.uk"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "classifications": [
                    {
                        "id": "publicAuthoritySubCentralGovernment",
                        "scheme": "UK_CA_TYPE",
                        "description": "Public authority - sub-central government"
                    }
                ]
            }
        },
        {
            "id": "GB-COH-OC429243",
            "name": "PHP LAW LLP",
            "identifier": {
                "scheme": "GB-COH",
                "id": "OC429243"
            },
            "additionalIdentifiers": [
                {
                    "scheme": "GB-PPON",
                    "id": "PPRM-9434-VNYQ"
                }
            ],
            "address": {
                "streetAddress": "Unit 3 The Brutus Centre",
                "locality": "Totnes",
                "postalCode": "TQ9 5RW",
                "country": "GB",
                "countryName": "United Kingdom",
                "region": "UKK43"
            },
            "contactPoint": {
                "email": "josie.medforth@phplaw.co.uk"
            },
            "roles": [
                "procuringEntity",
                "processContactPoint"
            ],
            "roleDetails": "Supporting Tender process",
            "details": {
                "url": "http://www.phplaw.co.uk"
            }
        }
    ],
    "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": "(Engagement Mentoring) Provision of Alternative Education to Respect Collaboration Trust",
        "description": "Provision of Alternative Education (Engagement Mentoring) 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. Top 3 highest scoring Bidders are awarded a contract",
        "status": "active",
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "80000000",
                        "description": "Education and training services"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKF1",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "UKF1",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    }
                ],
                "relatedLot": "1"
            }
        ],
        "value": {
            "amountGross": 402000,
            "amount": 335000,
            "currency": "GBP"
        },
        "procurementMethod": "open",
        "procurementMethodDetails": "Open procedure",
        "mainProcurementCategory": "services",
        "specialRegime": [
            "lightTouch"
        ],
        "aboveThreshold": true,
        "coveredBy": [
            "GPA"
        ],
        "submissionMethodDetails": "https://uk.eu-supply.com/login.asp?B=UK",
        "submissionTerms": {
            "electronicSubmissionPolicy": "allowed",
            "languages": [
                "en"
            ]
        },
        "tenderPeriod": {
            "endDate": "2026-06-05T12:00:00+01:00"
        },
        "enquiryPeriod": {
            "endDate": "2026-05-26T12:00:00+01:00"
        },
        "awardPeriod": {
            "endDate": "2026-06-15T23:59:59+01:00"
        },
        "lots": [
            {
                "id": "1",
                "status": "active",
                "value": {
                    "amountGross": 402000,
                    "amount": 335000,
                    "currency": "GBP"
                },
                "awardCriteria": {
                    "weightingDescription": "Quality - 70% Price - 30% Top 3 highest Scoring Bidders awarded a Contract Must meet a minimum score of 4 for the following individual questions 1 - Service offer 3 - Staffing Qualification & experience 9 - Policies",
                    "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... Hide full description 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%"
                        },
                        {
                            "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... Hide full description 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": "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"
                        },
                        {
                            "type": "economic",
                            "description": "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)"
                }
            }
        ],
        "documents": [
            {
                "id": "conflictOfInterest",
                "documentType": "conflictOfInterest",
                "description": "Not published"
            },
            {
                "id": "041121-2026",
                "documentType": "tenderNotice",
                "noticeType": "UK4",
                "description": "Tender notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/041121-2026",
                "datePublished": "2026-05-05T14:51:34+01:00",
                "format": "text/html"
            },
            {
                "id": "043248-2026",
                "documentType": "tenderNotice",
                "noticeType": "UK4",
                "description": "Tender notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/043248-2026",
                "datePublished": "2026-05-11T19:59:51+01:00",
                "format": "text/html"
            }
        ],
        "hasRecurrence": true,
        "recurrence": {
            "dates": [
                {
                    "startDate": "2031-01-01T23:59:59Z"
                },
                {
                    "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.",
        "amendments": [
            {
                "id": "043248-2026",
                "description": "Confirmed that Top 3 highest scoring bidders awarded a contract Minimum score of 4 must be achieved for the following questions 1 - Service offer 3 - Staffing Qualification & experience 9 - Policies Confirmed that tender submission deadline time: 12 noon"
            }
        ]
    },
    "language": "en"
}