Tender

LCC Training Framework

LINCOLNSHIRE COUNTY COUNCIL

This public procurement record has 3 releases in its history.

TenderUpdate

07 May 2026 at 13:16

TenderUpdate

07 May 2026 at 12:57

Tender

07 May 2026 at 11:25

Summary of the contracting process

Lincolnshire County Council, a sub-central government authority in the United Kingdom, is inviting tenders for the 'LCC Training Framework'. This initiative focuses on the provision of statutory and best practice training for staff and relevant partners across various council directorates within Lincolnshire. This framework utilises an Open Light Touch procurement procedure, which grants flexibility in commissioning training services. The project, valued at up to £6,000,000, is set to commence in July 2026 and will run for five years, potentially extending up to 2034. The framework is divided into six lots, targeting specific training areas such as Health and Safety, Safeguarding, and more, functioning under a special light-touch regime. Interested suppliers should note the tender period's deadline, set for the 8th June 2026, while enquiries must be submitted by 19th May 2026.

This tender offers a significant opportunity for service providers specialising in educational and training services. SMEs and VCSEs are encouraged to participate, with suitable entities able to join multiple lots. By engaging with this framework, businesses can secure long-term involvement with the Council's diverse training programs, allowing for growth alongside public sector demands. The segmented lot approach further enables tailoring services to meet specific needs, fostering innovation and quality service provision. Participation in an upcoming supplier briefing on 13th May 2026 via Microsoft Teams is optional but recommended, providing insights into the procurement process and enhancing competitive positioning in future discussions.

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

Notice Title

LCC Training Framework

Notice Description

Lincolnshire County Council (LCC) is developing an Open Light Touch Framework focusing on the delivery of Statutory and Non-Statutory/ Best Practice Training for its staff and relevant partners within Lincolnshire. This long-term commissioning model will underpin the delivery of training from Summer 2026 and beyond. The Framework will enable a flexible and efficient approach to commissioning Training Services for multiple Council Directorates, including Children's Services Quality and Standards Learning and Development Training Programme. It will drive innovation and create opportunities for Suppliers. The Open Light Touch Framework will be commissioned for a period of 5 years with the possibility of an extension of up to a further 3 years. The Framework will be separated into Lots as follows: Lot 1 - Health and Safety/ Fire Safety Training Lot 2 - Safeguarding Training Lot 3 - Diplomas and Further Education Training Lot 4 - Professional Training Lot 5 - Early Years Training Lot 6 - Non-Core and/or new and Emerging Requirements Suppliers can request to join as many of Lots 1-5 as appropriate, which will subsequently gain them automatic entry into Lot 6 (for Training Services that are yet to be established and emerge throughout the term of the Framework). LCC Children's Commissioning, who are leading on the procurement, are hosting a one-hour, online Supplier Briefing Event via Microsoft Teams on Wednesday 13th May 2026 at 11:00am. Interested Suppliers are invited to attend this session by clicking on the link below, where a brief overview of the application process and delivery model will be presented. Participation in the Supplier Briefing Event is optional and will not influence the outcome of the procurement. https://teams.microsoft.com/meet/318007473014314?p=27kc7iOxR0o8laPMcG All Invitation To Tender (ITT) documents detailing the requirements for participation and Terms and Conditions etc. will be available via the Council's Tendering Portal, Panacea.

Lot Information

Health & Safety/ Fire Safety Training

Core Training Services within this include Emergency First Aid at Work, Moving and Handling, Medication Administration, Food Hygiene, Practical Fire Safety etc. The maximum value across all Lots 1-6 shall not exceed PS5,000,000 (Excl.VAT).

Options: The Call-Off Contracts can be varied in accordance with the variation criteria outlined in the Invitation to Tender (ITT) Document 5: Training Framework Agreement and Call Off. In any case the overall Framework value shall not exceed PS5,000,000 (Excl.Vat).

Renewal: There will be the option to extend the Framework up to a maximum extension period of three (3) years (1+1+1) until 30 June 2034. Where only one (1) Supplier exists in a Lot, the maximum Framework Term shall be limited to four (4) years with no extension possible.

Safeguarding Training

Core Training Services within this include Foster Carer Safeguarding, Safeguarding Children Joint Investigation, Foster Carer Protective Care etc. The maximum value across all Lots 1-6 shall not exceed PS5,000,000 (Excl.VAT).

Options: The Call-Off Contracts can be varied in accordance with the variation criteria outlined in the Invitation to Tender (ITT) Document 5: Training Framework Agreement and Call Off. In any case the overall Framework value shall not exceed PS5,000,000 (Excl.Vat).

Renewal: There will be the option to extend the Framework up to a maximum extension period of three (3) years (1+1+1) until 30 June 2034. Where only one (1) Supplier exists in a Lot, the maximum Framework Term shall be limited to four (4) years with no extension possible.

Lot 3 - Diplomas and Further Education Training

Core Training Services within this include Regulated Qualifications Framework (RQF) Level 3 Diploma in Residential Care, RQF Level 5 Diploma in Residential Care, BA Honours in Youth Justice etc. The maximum value across all Lots 1-6 shall not exceed PS5,000,000 (Excl.VAT).

Options: The Call-Off Contracts can be varied in accordance with the variation criteria outlined in the Invitation to Tender (ITT) Document 5: Training Framework Agreement and Call Off. In any case the overall Framework value shall not exceed PS5,000,000 (Excl.Vat).

Renewal: There will be the option to extend the Framework up to a maximum extension period of three (3) years (1+1+1) until 30 June 2034. Where only one (1) Supplier exists in a Lot, the maximum Framework Term shall be limited to four (4) years with no extension possible.

Professional Training

Core Training Services within this include ADHD Awareness, Makaton, PICA - Eating Disorders, Therapeutic Crisis Intervention, SEND/AP Workforce Development etc. The maximum value across all Lots 1-6 shall not exceed PS5,000,000 (Excl.VAT).

Options: The Call-Off Contracts can be varied in accordance with the variation criteria outlined in the Invitation to Tender (ITT) Document 5: Training Framework Agreement and Call Off. In any case the overall Framework value shall not exceed PS5,000,000 (Excl.Vat).

Renewal: There will be the option to extend the Framework up to a maximum extension period of three (3) years (1+1+1) until 30 June 2034. Where only one (1) Supplier exists in a Lot, the maximum Framework Term shall be limited to four (4) years with no extension possible.

Early Years Training

Core Training Services within this include Paediatric First Aid, Foster Carer Paediatric First Aid, Wraparound Childcare Provider Training, International Association of Infant Massage (IAIM) Accredited Baby Massage etc. The maximum value across all Lots 1-6 shall not exceed PS5,000,000 (Excl.VAT).

Options: The Call-Off Contracts can be varied in accordance with the variation criteria outlined in the Invitation to Tender (ITT) Document 5: Training Framework Agreement and Call Off. In any case the overall Framework value shall not exceed PS5,000,000 (Excl.Vat).

Renewal: There will be the option to extend the Framework up to a maximum extension period of three (3) years (1+1+1) until 30 June 2034. Where only one (1) Supplier exists in a Lot, the maximum Framework Term shall be limited to four (4) years with no extension possible.

Non-Core/New and Emerging Requirements

This Lot will be for new and emerging training requirements over the course of the lifespan of the Framework. These may be linked to new legislation or statutory guidance; new initiatives or pilot programmes or projects emanating from government departments; or developing social trends. Once individual training courses have been commissioned initially from this Lot, they will be subsequently allocated to the most relevant Lot above (Lot 1 -5) at the next scheduled re-opening of each Lot. The maximum value across all Lots 1-6 shall not exceed PS5,000,000 (Excl.VAT).

Options: The Call-Off Contracts can be varied in accordance with the variation criteria outlined in the Invitation to Tender (ITT) Document 5: Training Framework Agreement and Call Off. In any case the overall Framework value shall not exceed PS5,000,000 (Excl.Vat).

Renewal: There will be the option to extend the Framework up to a maximum extension period of three (3) years (1+1+1) until 30 June 2034. Where only one (1) Supplier exists in a Lot, the maximum Framework Term shall be limited to four (4) years with no extension possible.

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-069337
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/041976-2026
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
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

80100000 - Primary education services

80200000 - Secondary education services

80300000 - Higher education services

80340000 - Special education services

80420000 - E-learning services

80430000 - Adult-education services at university level

80511000 - Staff training services

80531200 - Technical training services

80532000 - Management training services

80540000 - Environmental training services

80550000 - Safety training services

80560000 - Health and first-aid training services

80561000 - Health training services

80570000 - Personal development training services

Notice Value(s)

Tender Value
£5,000,000 £1M-£10M
Lots Value
£4,999,998 £1M-£10M
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
7 May 20261 weeks ago
Submission Deadline
8 Jun 20264 weeks to go
Future Notice Date
Not specified
Award Date
Not specified
Contract Period
1 Jul 2026 - 30 Jun 2031 Over 5 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
LINCOLNSHIRE COUNTY 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
LINCOLN
Postcode
LN1 1YL
Post Town
Lincoln
Country
England

Major Region (ITL 1)
TLF East Midlands (England)
Basic Region (ITL 2)
TLF3 Lincolnshire
Small Region (ITL 3)
TLF30 Lincolnshire CC
Delivery Location
TLF3 Lincolnshire

Local Authority
Lincoln
Electoral Ward
Carholme
Westminster Constituency
Lincoln

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-069337-2026-05-07T14:16:46+01:00",
    "date": "2026-05-07T14:16:46+01:00",
    "ocid": "ocds-h6vhtk-069337",
    "initiationType": "tender",
    "parties": [
        {
            "id": "GB-PPON-PGRB-3736-CHZN",
            "name": "Lincolnshire County Council",
            "identifier": {
                "scheme": "GB-PPON",
                "id": "PGRB-3736-CHZN"
            },
            "address": {
                "streetAddress": "County Offices, Newland",
                "locality": "Lincoln",
                "postalCode": "LN1 1YL",
                "country": "GB",
                "countryName": "United Kingdom",
                "region": "UKF30"
            },
            "contactPoint": {
                "email": "rachel.gilliatt@lincolnshire.gov.uk"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "url": "https://www.lincolnshire.gov.uk/",
                "classifications": [
                    {
                        "id": "publicAuthoritySubCentralGovernment",
                        "scheme": "UK_CA_TYPE",
                        "description": "Public authority - sub-central government"
                    }
                ]
            }
        }
    ],
    "buyer": {
        "id": "GB-PPON-PGRB-3736-CHZN",
        "name": "Lincolnshire County Council"
    },
    "tender": {
        "id": "CS0064",
        "legalBasis": {
            "id": "2023/54",
            "scheme": "UKPGA",
            "uri": "https://www.legislation.gov.uk/ukpga/2023/54/contents"
        },
        "title": "LCC Training Framework",
        "description": "Lincolnshire County Council (LCC) is developing an Open Light Touch Framework focusing on the delivery of Statutory and Non-Statutory/ Best Practice Training for its staff and relevant partners within Lincolnshire. This long-term commissioning model will underpin the delivery of training from Summer 2026 and beyond. The Framework will enable a flexible and efficient approach to commissioning Training Services for multiple Council Directorates, including Children's Services Quality and Standards Learning and Development Training Programme. It will drive innovation and create opportunities for Suppliers. The Open Light Touch Framework will be commissioned for a period of 5 years with the possibility of an extension of up to a further 3 years. The Framework will be separated into Lots as follows: Lot 1 - Health and Safety/ Fire Safety Training Lot 2 - Safeguarding Training Lot 3 - Diplomas and Further Education Training Lot 4 - Professional Training Lot 5 - Early Years Training Lot 6 - Non-Core and/or new and Emerging Requirements Suppliers can request to join as many of Lots 1-5 as appropriate, which will subsequently gain them automatic entry into Lot 6 (for Training Services that are yet to be established and emerge throughout the term of the Framework). LCC Children's Commissioning, who are leading on the procurement, are hosting a one-hour, online Supplier Briefing Event via Microsoft Teams on Wednesday 13th May 2026 at 11:00am. Interested Suppliers are invited to attend this session by clicking on the link below, where a brief overview of the application process and delivery model will be presented. Participation in the Supplier Briefing Event is optional and will not influence the outcome of the procurement. https://teams.microsoft.com/meet/318007473014314?p=27kc7iOxR0o8laPMcG All Invitation To Tender (ITT) documents detailing the requirements for participation and Terms and Conditions etc. will be available via the Council's Tendering Portal, Panacea.",
        "status": "active",
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "80560000",
                        "description": "Health and first-aid training services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "80531200",
                        "description": "Technical training services"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKF3",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "UKF3",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "UKF3",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    }
                ],
                "relatedLot": "1"
            },
            {
                "id": "2",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "80561000",
                        "description": "Health training services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "80550000",
                        "description": "Safety training services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "80511000",
                        "description": "Staff training services"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKF3",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "UKF3",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "UKF3",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    }
                ],
                "relatedLot": "2"
            },
            {
                "id": "3",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "80570000",
                        "description": "Personal development training services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "80561000",
                        "description": "Health training services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "80550000",
                        "description": "Safety training services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "80532000",
                        "description": "Management training services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "80531200",
                        "description": "Technical training services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "80511000",
                        "description": "Staff training services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "80430000",
                        "description": "Adult-education services at university level"
                    },
                    {
                        "scheme": "CPV",
                        "id": "80420000",
                        "description": "E-learning services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "80300000",
                        "description": "Higher education services"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKF3",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "UKF3",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "UKF3",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    }
                ],
                "relatedLot": "3"
            },
            {
                "id": "4",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "80561000",
                        "description": "Health training services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "80550000",
                        "description": "Safety training services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "80540000",
                        "description": "Environmental training services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "80532000",
                        "description": "Management training services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "80531200",
                        "description": "Technical training services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "80511000",
                        "description": "Staff training services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "80430000",
                        "description": "Adult-education services at university level"
                    },
                    {
                        "scheme": "CPV",
                        "id": "80420000",
                        "description": "E-learning services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "80300000",
                        "description": "Higher education services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "80200000",
                        "description": "Secondary education services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "80100000",
                        "description": "Primary education services"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKF3",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "UKF3",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "UKF3",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    }
                ],
                "relatedLot": "4"
            },
            {
                "id": "5",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "80560000",
                        "description": "Health and first-aid training services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "80550000",
                        "description": "Safety training services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "80532000",
                        "description": "Management training services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "80511000",
                        "description": "Staff training services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "80340000",
                        "description": "Special education services"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKF3",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "UKF3",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "UKF3",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    }
                ],
                "relatedLot": "5"
            },
            {
                "id": "6",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "80000000",
                        "description": "Education and training services"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKF3",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "UKF3",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "UKF3",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    }
                ],
                "relatedLot": "6"
            }
        ],
        "value": {
            "amountGross": 6000000,
            "amount": 5000000,
            "currency": "GBP"
        },
        "procurementMethod": "open",
        "procurementMethodDetails": "Open procedure",
        "mainProcurementCategory": "services",
        "specialRegime": [
            "lightTouch"
        ],
        "aboveThreshold": true,
        "participationFees": [
            {
                "id": "ocds-h6vhtk-069337",
                "type": [
                    "win"
                ],
                "description": "Suppliers shall pay a sum of PS1 to the Council as consideration upon entering into this Framework Agreement."
            }
        ],
        "techniques": {
            "hasFrameworkAgreement": true,
            "frameworkAgreement": {
                "isOpenFrameworkScheme": true,
                "method": "withAndWithoutReopeningCompetition",
                "type": "closed",
                "description": "Selection process for the award of contracts will be evaluated according to service area agreed split of quality to price. More detailed information is detailed within the Invitation to Tender (ITT) documentation.",
                "openFrameworkSchemeEndDate": "2034-06-30T23:59:59+01:00"
            }
        },
        "submissionMethodDetails": "https://app.panacea-software.com/lcc/eRFX-Suppliers/OpenReq.aspx?requirementId=fde3d147-e45d-4f22-a41d-6fe9433ef24a",
        "submissionTerms": {
            "electronicSubmissionPolicy": "allowed",
            "languages": [
                "en"
            ]
        },
        "tenderPeriod": {
            "endDate": "2026-06-08T14:00:00Z"
        },
        "enquiryPeriod": {
            "endDate": "2026-05-19T11:00:00Z"
        },
        "awardPeriod": {
            "endDate": "2026-06-15T23:59:59+01:00"
        },
        "lots": [
            {
                "id": "1",
                "title": "Health & Safety/ Fire Safety Training",
                "description": "Core Training Services within this include Emergency First Aid at Work, Moving and Handling, Medication Administration, Food Hygiene, Practical Fire Safety etc. The maximum value across all Lots 1-6 shall not exceed PS5,000,000 (Excl.VAT).",
                "status": "active",
                "value": {
                    "amountGross": 1000000,
                    "amount": 833333.33,
                    "currency": "GBP"
                },
                "awardCriteria": {
                    "weightingDescription": "The Council will assess the core business information the Supplier has provided on the Central Digital Platform and the response documentation to make sure that it is complete. All Suppliers who have successfully passed the Mandatory Minimum Standards as detailed at 8.4 in Document 1: Instructions and have returned a fully completed and signed Document 3: Supplier's Response and Document 3A: Supplier's Response - Lot Participation and Core Training Services delivery, will be accepted to join the Framework.",
                    "criteria": [
                        {
                            "type": "quality",
                            "name": "Stage 1 - Preliminary completeness stage",
                            "description": "The Council will assess the core business information the Supplier has provided on the Central Digital Platform and the response documentation to make sure that it is complete."
                        },
                        {
                            "type": "quality",
                            "name": "Stage 2 - Mandatory and Discretionary Exclusion criteria",
                            "description": "The Council will assess the information supplied, against the mandatory and discretionary exclusion criteria as specified in Document 1: Instructions."
                        },
                        {
                            "type": "quality",
                            "name": "Stage 3 - Mandatory Minimum Standards",
                            "description": "For Suppliers that have passed Stage 1 and Stage 2, the Council will assess responses provided to questions on the mandatory minimum standards in accordance with the evaluation criteria in Document 3: Supplier's Response."
                        },
                        {
                            "type": "quality",
                            "name": "Stage 1 - Preliminary completeness stage",
                            "description": "The Council will assess the core business information the Supplier has provided on the Central Digital Platform and the response documentation to make sure that it is complete."
                        },
                        {
                            "type": "quality",
                            "name": "Stage 2 - Mandatory and Discretionary Exclusion criteria",
                            "description": "The Council will assess the information supplied, against the mandatory and discretionary exclusion criteria as specified in Document 1: Instructions."
                        },
                        {
                            "type": "quality",
                            "name": "Stage 3 - Mandatory Minimum Standards",
                            "description": "For Suppliers that have passed Stage 1 and Stage 2, the Council will assess responses provided to questions on the mandatory minimum standards in accordance with the evaluation criteria in Document 3: Supplier's Response."
                        },
                        {
                            "type": "quality",
                            "name": "Stage 1 - Preliminary completeness stage",
                            "description": "The Council will assess the core business information the Supplier has provided on the Central Digital Platform and the response documentation to make sure that it is complete."
                        },
                        {
                            "type": "quality",
                            "name": "Stage 2 - Mandatory and Discretionary Exclusion criteria",
                            "description": "The Council will assess the information supplied, against the mandatory and discretionary exclusion criteria as specified in Document 1: Instructions."
                        },
                        {
                            "type": "quality",
                            "name": "Stage 3 - Mandatory Minimum Standards",
                            "description": "For Suppliers that have passed Stage 1 and Stage 2, the Council will assess responses provided to questions on the mandatory minimum standards in accordance with the evaluation criteria in Document 3: Supplier's Response."
                        }
                    ]
                },
                "suitability": {
                    "sme": true,
                    "vcse": true
                },
                "contractPeriod": {
                    "startDate": "2026-07-01T00:00:00Z",
                    "endDate": "2031-06-30T23:59:59+01:00",
                    "maxExtentDate": "2034-06-30T23:59:59+01:00"
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "There will be the option to extend the Framework up to a maximum extension period of three (3) years (1+1+1) until 30 June 2034. Where only one (1) Supplier exists in a Lot, the maximum Framework Term shall be limited to four (4) years with no extension possible."
                },
                "hasOptions": true,
                "options": {
                    "description": "The Call-Off Contracts can be varied in accordance with the variation criteria outlined in the Invitation to Tender (ITT) Document 5: Training Framework Agreement and Call Off. In any case the overall Framework value shall not exceed PS5,000,000 (Excl.Vat)."
                }
            },
            {
                "id": "2",
                "title": "Safeguarding Training",
                "description": "Core Training Services within this include Foster Carer Safeguarding, Safeguarding Children Joint Investigation, Foster Carer Protective Care etc. The maximum value across all Lots 1-6 shall not exceed PS5,000,000 (Excl.VAT).",
                "status": "active",
                "value": {
                    "amountGross": 1000000,
                    "amount": 833333.33,
                    "currency": "GBP"
                },
                "awardCriteria": {
                    "weightingDescription": "The Council will assess the core business information the Supplier has provided on the Central Digital Platform and the response documentation to make sure that it is complete. All Suppliers who have successfully passed the Mandatory Minimum Standards as detailed at 8.4 in Document 1: Instructions and have returned a fully completed and signed Document 3: Supplier's Response and Document 3A: Supplier's Response - Lot Participation and Core Training Services delivery, will be accepted to join the Framework.",
                    "criteria": [
                        {
                            "type": "quality",
                            "name": "Stage 1 - Preliminary completeness stage",
                            "description": "The Council will assess the core business information the Supplier has provided on the Central Digital Platform and the response documentation to make sure that it is complete."
                        },
                        {
                            "type": "quality",
                            "name": "Stage 2 - Mandatory and Discretionary Exclusion criteria",
                            "description": "The Council will assess the information supplied, against the mandatory and discretionary exclusion criteria as specified in Document 1: Instructions."
                        },
                        {
                            "type": "quality",
                            "name": "Stage 3 - Mandatory Minimum Standards",
                            "description": "For Suppliers that have passed Stage 1 and Stage 2, the Council will assess responses provided to questions on the mandatory minimum standards in accordance with the evaluation criteria in Document 3: Supplier's Response."
                        },
                        {
                            "type": "quality",
                            "name": "Stage 1 - Preliminary completeness stage",
                            "description": "The Council will assess the core business information the Supplier has provided on the Central Digital Platform and the response documentation to make sure that it is complete."
                        },
                        {
                            "type": "quality",
                            "name": "Stage 2 - Mandatory and Discretionary Exclusion criteria",
                            "description": "The Council will assess the information supplied, against the mandatory and discretionary exclusion criteria as specified in Document 1: Instructions."
                        },
                        {
                            "type": "quality",
                            "name": "Stage 3 - Mandatory Minimum Standards",
                            "description": "For Suppliers that have passed Stage 1 and Stage 2, the Council will assess responses provided to questions on the mandatory minimum standards in accordance with the evaluation criteria in Document 3: Supplier's Response."
                        },
                        {
                            "type": "quality",
                            "name": "Stage 1 - Preliminary completeness stage",
                            "description": "The Council will assess the core business information the Supplier has provided on the Central Digital Platform and the response documentation to make sure that it is complete."
                        },
                        {
                            "type": "quality",
                            "name": "Stage 2 - Mandatory and Discretionary Exclusion criteria",
                            "description": "The Council will assess the information supplied, against the mandatory and discretionary exclusion criteria as specified in Document 1: Instructions."
                        },
                        {
                            "type": "quality",
                            "name": "Stage 3 - Mandatory Minimum Standards",
                            "description": "For Suppliers that have passed Stage 1 and Stage 2, the Council will assess responses provided to questions on the mandatory minimum standards in accordance with the evaluation criteria in Document 3: Supplier's Response."
                        }
                    ]
                },
                "suitability": {
                    "sme": true,
                    "vcse": true
                },
                "contractPeriod": {
                    "startDate": "2026-07-01T00:00:00Z",
                    "endDate": "2031-06-30T23:59:59+01:00",
                    "maxExtentDate": "2034-06-30T23:59:59+01:00"
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "There will be the option to extend the Framework up to a maximum extension period of three (3) years (1+1+1) until 30 June 2034. Where only one (1) Supplier exists in a Lot, the maximum Framework Term shall be limited to four (4) years with no extension possible."
                },
                "hasOptions": true,
                "options": {
                    "description": "The Call-Off Contracts can be varied in accordance with the variation criteria outlined in the Invitation to Tender (ITT) Document 5: Training Framework Agreement and Call Off. In any case the overall Framework value shall not exceed PS5,000,000 (Excl.Vat)."
                }
            },
            {
                "id": "3",
                "title": "Lot 3 - Diplomas and Further Education Training",
                "description": "Core Training Services within this include Regulated Qualifications Framework (RQF) Level 3 Diploma in Residential Care, RQF Level 5 Diploma in Residential Care, BA Honours in Youth Justice etc. The maximum value across all Lots 1-6 shall not exceed PS5,000,000 (Excl.VAT).",
                "status": "active",
                "value": {
                    "amountGross": 1000000,
                    "amount": 833333.33,
                    "currency": "GBP"
                },
                "awardCriteria": {
                    "weightingDescription": "The Council will assess the core business information the Supplier has provided on the Central Digital Platform and the response documentation to make sure that it is complete. All Suppliers who have successfully passed the Mandatory Minimum Standards as detailed at 8.4 in Document 1: Instructions and have returned a fully completed and signed Document 3: Supplier's Response and Document 3A: Supplier's Response - Lot Participation and Core Training Services delivery, will be accepted to join the Framework.",
                    "criteria": [
                        {
                            "type": "quality",
                            "name": "Stage 1 - Preliminary completeness stage",
                            "description": "The Council will assess the core business information the Supplier has provided on the Central Digital Platform and the response documentation to make sure that it is complete."
                        },
                        {
                            "type": "quality",
                            "name": "Stage 2 - Mandatory and Discretionary Exclusion criteria",
                            "description": "The Council will assess the information supplied, against the mandatory and discretionary exclusion criteria as specified in Document 1: Instructions."
                        },
                        {
                            "type": "quality",
                            "name": "Stage 3 - Mandatory Minimum Standards",
                            "description": "For Suppliers that have passed Stage 1 and Stage 2, the Council will assess responses provided to questions on the mandatory minimum standards in accordance with the evaluation criteria in Document 3: Supplier's Response."
                        },
                        {
                            "type": "quality",
                            "name": "Stage 1 - Preliminary completeness stage",
                            "description": "The Council will assess the core business information the Supplier has provided on the Central Digital Platform and the response documentation to make sure that it is complete."
                        },
                        {
                            "type": "quality",
                            "name": "Stage 2 - Mandatory and Discretionary Exclusion criteria",
                            "description": "The Council will assess the information supplied, against the mandatory and discretionary exclusion criteria as specified in Document 1: Instructions."
                        },
                        {
                            "type": "quality",
                            "name": "Stage 3 - Mandatory Minimum Standards",
                            "description": "For Suppliers that have passed Stage 1 and Stage 2, the Council will assess responses provided to questions on the mandatory minimum standards in accordance with the evaluation criteria in Document 3: Supplier's Response."
                        },
                        {
                            "type": "quality",
                            "name": "Stage 1 - Preliminary completeness stage",
                            "description": "The Council will assess the core business information the Supplier has provided on the Central Digital Platform and the response documentation to make sure that it is complete."
                        },
                        {
                            "type": "quality",
                            "name": "Stage 2 - Mandatory and Discretionary Exclusion criteria",
                            "description": "The Council will assess the information supplied, against the mandatory and discretionary exclusion criteria as specified in Document 1: Instructions."
                        },
                        {
                            "type": "quality",
                            "name": "Stage 3 - Mandatory Minimum Standards",
                            "description": "For Suppliers that have passed Stage 1 and Stage 2, the Council will assess responses provided to questions on the mandatory minimum standards in accordance with the evaluation criteria in Document 3: Supplier's Response."
                        }
                    ]
                },
                "suitability": {
                    "sme": true,
                    "vcse": true
                },
                "contractPeriod": {
                    "startDate": "2026-07-01T00:00:00Z",
                    "endDate": "2031-06-30T23:59:59+01:00",
                    "maxExtentDate": "2034-06-30T23:59:59+01:00"
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "There will be the option to extend the Framework up to a maximum extension period of three (3) years (1+1+1) until 30 June 2034. Where only one (1) Supplier exists in a Lot, the maximum Framework Term shall be limited to four (4) years with no extension possible."
                },
                "hasOptions": true,
                "options": {
                    "description": "The Call-Off Contracts can be varied in accordance with the variation criteria outlined in the Invitation to Tender (ITT) Document 5: Training Framework Agreement and Call Off. In any case the overall Framework value shall not exceed PS5,000,000 (Excl.Vat)."
                }
            },
            {
                "id": "4",
                "title": "Professional Training",
                "description": "Core Training Services within this include ADHD Awareness, Makaton, PICA - Eating Disorders, Therapeutic Crisis Intervention, SEND/AP Workforce Development etc. The maximum value across all Lots 1-6 shall not exceed PS5,000,000 (Excl.VAT).",
                "status": "active",
                "value": {
                    "amountGross": 1000000,
                    "amount": 833333.33,
                    "currency": "GBP"
                },
                "awardCriteria": {
                    "weightingDescription": "The Council will assess the core business information the Supplier has provided on the Central Digital Platform and the response documentation to make sure that it is complete. All Suppliers who have successfully passed the Mandatory Minimum Standards as detailed at 8.4 in Document 1: Instructions and have returned a fully completed and signed Document 3: Supplier's Response and Document 3A: Supplier's Response - Lot Participation and Core Training Services delivery, will be accepted to join the Framework.",
                    "criteria": [
                        {
                            "type": "quality",
                            "name": "Stage 1 - Preliminary completeness stage",
                            "description": "The Council will assess the core business information the Supplier has provided on the Central Digital Platform and the response documentation to make sure that it is complete."
                        },
                        {
                            "type": "quality",
                            "name": "Stage 2 - Mandatory and Discretionary Exclusion criteria",
                            "description": "The Council will assess the information supplied, against the mandatory and discretionary exclusion criteria as specified in Document 1: Instructions."
                        },
                        {
                            "type": "quality",
                            "name": "Stage 3 - Mandatory Minimum Standards",
                            "description": "For Suppliers that have passed Stage 1 and Stage 2, the Council will assess responses provided to questions on the mandatory minimum standards in accordance with the evaluation criteria in Document 3: Supplier's Response."
                        },
                        {
                            "type": "quality",
                            "name": "Stage 1 - Preliminary completeness stage",
                            "description": "The Council will assess the core business information the Supplier has provided on the Central Digital Platform and the response documentation to make sure that it is complete."
                        },
                        {
                            "type": "quality",
                            "name": "Stage 2 - Mandatory and Discretionary Exclusion criteria",
                            "description": "The Council will assess the information supplied, against the mandatory and discretionary exclusion criteria as specified in Document 1: Instructions."
                        },
                        {
                            "type": "quality",
                            "name": "Stage 3 - Mandatory Minimum Standards",
                            "description": "For Suppliers that have passed Stage 1 and Stage 2, the Council will assess responses provided to questions on the mandatory minimum standards in accordance with the evaluation criteria in Document 3: Supplier's Response."
                        },
                        {
                            "type": "quality",
                            "name": "Stage 1 - Preliminary completeness stage",
                            "description": "The Council will assess the core business information the Supplier has provided on the Central Digital Platform and the response documentation to make sure that it is complete."
                        },
                        {
                            "type": "quality",
                            "name": "Stage 2 - Mandatory and Discretionary Exclusion criteria",
                            "description": "The Council will assess the information supplied, against the mandatory and discretionary exclusion criteria as specified in Document 1: Instructions."
                        },
                        {
                            "type": "quality",
                            "name": "Stage 3 - Mandatory Minimum Standards",
                            "description": "For Suppliers that have passed Stage 1 and Stage 2, the Council will assess responses provided to questions on the mandatory minimum standards in accordance with the evaluation criteria in Document 3: Supplier's Response."
                        }
                    ]
                },
                "suitability": {
                    "sme": true,
                    "vcse": true
                },
                "contractPeriod": {
                    "startDate": "2026-07-01T00:00:00Z",
                    "endDate": "2031-06-30T23:59:59+01:00",
                    "maxExtentDate": "2034-06-30T23:59:59+01:00"
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "There will be the option to extend the Framework up to a maximum extension period of three (3) years (1+1+1) until 30 June 2034. Where only one (1) Supplier exists in a Lot, the maximum Framework Term shall be limited to four (4) years with no extension possible."
                },
                "hasOptions": true,
                "options": {
                    "description": "The Call-Off Contracts can be varied in accordance with the variation criteria outlined in the Invitation to Tender (ITT) Document 5: Training Framework Agreement and Call Off. In any case the overall Framework value shall not exceed PS5,000,000 (Excl.Vat)."
                }
            },
            {
                "id": "5",
                "title": "Early Years Training",
                "description": "Core Training Services within this include Paediatric First Aid, Foster Carer Paediatric First Aid, Wraparound Childcare Provider Training, International Association of Infant Massage (IAIM) Accredited Baby Massage etc. The maximum value across all Lots 1-6 shall not exceed PS5,000,000 (Excl.VAT).",
                "status": "active",
                "value": {
                    "amountGross": 1000000,
                    "amount": 833333.33,
                    "currency": "GBP"
                },
                "awardCriteria": {
                    "weightingDescription": "The Council will assess the core business information the Supplier has provided on the Central Digital Platform and the response documentation to make sure that it is complete. All Suppliers who have successfully passed the Mandatory Minimum Standards as detailed at 8.4 in Document 1: Instructions and have returned a fully completed and signed Document 3: Supplier's Response and Document 3A: Supplier's Response - Lot Participation and Core Training Services delivery, will be accepted to join the Framework.",
                    "criteria": [
                        {
                            "type": "quality",
                            "name": "Stage 1 - Preliminary completeness stage",
                            "description": "The Council will assess the core business information the Supplier has provided on the Central Digital Platform and the response documentation to make sure that it is complete."
                        },
                        {
                            "type": "quality",
                            "name": "Stage 2 - Mandatory and Discretionary Exclusion criteria",
                            "description": "The Council will assess the information supplied, against the mandatory and discretionary exclusion criteria as specified in Document 1: Instructions."
                        },
                        {
                            "type": "quality",
                            "name": "Stage 3 - Mandatory Minimum Standards",
                            "description": "For Suppliers that have passed Stage 1 and Stage 2, the Council will assess responses provided to questions on the mandatory minimum standards in accordance with the evaluation criteria in Document 3: Supplier's Response."
                        },
                        {
                            "type": "quality",
                            "name": "Stage 1 - Preliminary completeness stage",
                            "description": "The Council will assess the core business information the Supplier has provided on the Central Digital Platform and the response documentation to make sure that it is complete."
                        },
                        {
                            "type": "quality",
                            "name": "Stage 2 - Mandatory and Discretionary Exclusion criteria",
                            "description": "The Council will assess the information supplied, against the mandatory and discretionary exclusion criteria as specified in Document 1: Instructions."
                        },
                        {
                            "type": "quality",
                            "name": "Stage 3 - Mandatory Minimum Standards",
                            "description": "For Suppliers that have passed Stage 1 and Stage 2, the Council will assess responses provided to questions on the mandatory minimum standards in accordance with the evaluation criteria in Document 3: Supplier's Response."
                        },
                        {
                            "type": "quality",
                            "name": "Stage 1 - Preliminary completeness stage",
                            "description": "The Council will assess the core business information the Supplier has provided on the Central Digital Platform and the response documentation to make sure that it is complete."
                        },
                        {
                            "type": "quality",
                            "name": "Stage 2 - Mandatory and Discretionary Exclusion criteria",
                            "description": "The Council will assess the information supplied, against the mandatory and discretionary exclusion criteria as specified in Document 1: Instructions."
                        },
                        {
                            "type": "quality",
                            "name": "Stage 3 - Mandatory Minimum Standards",
                            "description": "For Suppliers that have passed Stage 1 and Stage 2, the Council will assess responses provided to questions on the mandatory minimum standards in accordance with the evaluation criteria in Document 3: Supplier's Response."
                        }
                    ]
                },
                "suitability": {
                    "sme": true,
                    "vcse": true
                },
                "contractPeriod": {
                    "startDate": "2026-07-01T00:00:00Z",
                    "endDate": "2031-06-30T23:59:59+01:00",
                    "maxExtentDate": "2034-06-30T23:59:59+01:00"
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "There will be the option to extend the Framework up to a maximum extension period of three (3) years (1+1+1) until 30 June 2034. Where only one (1) Supplier exists in a Lot, the maximum Framework Term shall be limited to four (4) years with no extension possible."
                },
                "hasOptions": true,
                "options": {
                    "description": "The Call-Off Contracts can be varied in accordance with the variation criteria outlined in the Invitation to Tender (ITT) Document 5: Training Framework Agreement and Call Off. In any case the overall Framework value shall not exceed PS5,000,000 (Excl.Vat)."
                }
            },
            {
                "id": "6",
                "title": "Non-Core/New and Emerging Requirements",
                "description": "This Lot will be for new and emerging training requirements over the course of the lifespan of the Framework. These may be linked to new legislation or statutory guidance; new initiatives or pilot programmes or projects emanating from government departments; or developing social trends. Once individual training courses have been commissioned initially from this Lot, they will be subsequently allocated to the most relevant Lot above (Lot 1 -5) at the next scheduled re-opening of each Lot. The maximum value across all Lots 1-6 shall not exceed PS5,000,000 (Excl.VAT).",
                "status": "active",
                "value": {
                    "amountGross": 1000000,
                    "amount": 833333.35,
                    "currency": "GBP"
                },
                "awardCriteria": {
                    "weightingDescription": "The Council will assess the core business information the Supplier has provided on the Central Digital Platform and the response documentation to make sure that it is complete. All Suppliers who have successfully passed the Mandatory Minimum Standards as detailed at 8.4 in Document 1: Instructions and have returned a fully completed and signed Document 3: Supplier's Response and Document 3A: Supplier's Response - Lot Participation and Core Training Services delivery, will be accepted to join the Framework.",
                    "criteria": [
                        {
                            "type": "quality",
                            "name": "Stage 1 - Preliminary completeness stage",
                            "description": "The Council will assess the core business information the Supplier has provided on the Central Digital Platform and the response documentation to make sure that it is complete."
                        },
                        {
                            "type": "quality",
                            "name": "Stage 2 - Mandatory and Discretionary Exclusion criteria",
                            "description": "The Council will assess the information supplied, against the mandatory and discretionary exclusion criteria as specified in Document 1: Instructions."
                        },
                        {
                            "type": "quality",
                            "name": "Stage 3 - Mandatory Minimum Standards",
                            "description": "For Suppliers that have passed Stage 1 and Stage 2, the Council will assess responses provided to questions on the mandatory minimum standards in accordance with the evaluation criteria in Document 3: Supplier's Response."
                        },
                        {
                            "type": "quality",
                            "name": "Stage 1 - Preliminary completeness stage",
                            "description": "The Council will assess the core business information the Supplier has provided on the Central Digital Platform and the response documentation to make sure that it is complete."
                        },
                        {
                            "type": "quality",
                            "name": "Stage 2 - Mandatory and Discretionary Exclusion criteria",
                            "description": "The Council will assess the information supplied, against the mandatory and discretionary exclusion criteria as specified in Document 1: Instructions."
                        },
                        {
                            "type": "quality",
                            "name": "Stage 3 - Mandatory Minimum Standards",
                            "description": "For Suppliers that have passed Stage 1 and Stage 2, the Council will assess responses provided to questions on the mandatory minimum standards in accordance with the evaluation criteria in Document 3: Supplier's Response."
                        },
                        {
                            "type": "quality",
                            "name": "Stage 1 - Preliminary completeness stage",
                            "description": "The Council will assess the core business information the Supplier has provided on the Central Digital Platform and the response documentation to make sure that it is complete."
                        },
                        {
                            "type": "quality",
                            "name": "Stage 2 - Mandatory and Discretionary Exclusion criteria",
                            "description": "The Council will assess the information supplied, against the mandatory and discretionary exclusion criteria as specified in Document 1: Instructions."
                        },
                        {
                            "type": "quality",
                            "name": "Stage 3 - Mandatory Minimum Standards",
                            "description": "For Suppliers that have passed Stage 1 and Stage 2, the Council will assess responses provided to questions on the mandatory minimum standards in accordance with the evaluation criteria in Document 3: Supplier's Response."
                        }
                    ]
                },
                "suitability": {
                    "sme": true,
                    "vcse": true
                },
                "contractPeriod": {
                    "startDate": "2026-07-01T00:00:00Z",
                    "endDate": "2031-06-30T23:59:59+01:00",
                    "maxExtentDate": "2034-06-30T23:59:59+01:00"
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "There will be the option to extend the Framework up to a maximum extension period of three (3) years (1+1+1) until 30 June 2034. Where only one (1) Supplier exists in a Lot, the maximum Framework Term shall be limited to four (4) years with no extension possible."
                },
                "hasOptions": true,
                "options": {
                    "description": "The Call-Off Contracts can be varied in accordance with the variation criteria outlined in the Invitation to Tender (ITT) Document 5: Training Framework Agreement and Call Off. In any case the overall Framework value shall not exceed PS5,000,000 (Excl.Vat)."
                }
            }
        ],
        "documents": [
            {
                "id": "conflictOfInterest",
                "documentType": "conflictOfInterest",
                "description": "Not published"
            },
            {
                "id": "041861-2026",
                "documentType": "tenderNotice",
                "noticeType": "UK4",
                "description": "Tender notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/041861-2026",
                "datePublished": "2026-05-07T12:25:37+01:00",
                "format": "text/html"
            },
            {
                "id": "041945-2026",
                "documentType": "tenderNotice",
                "noticeType": "UK4",
                "description": "Tender notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/041945-2026",
                "datePublished": "2026-05-07T13:57:42+01:00",
                "format": "text/html"
            },
            {
                "id": "041976-2026",
                "documentType": "tenderNotice",
                "noticeType": "UK4",
                "description": "Tender notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/041976-2026",
                "datePublished": "2026-05-07T14:16:46+01:00",
                "format": "text/html"
            }
        ],
        "amendments": [
            {
                "id": "041945-2026",
                "description": "Submission date has been updated"
            },
            {
                "id": "041976-2026",
                "description": "Submission date has been updated"
            }
        ]
    },
    "language": "en"
}