Notice Information
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 TrainingCore 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 TrainingCore 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 TrainingCore 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 TrainingCore 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 RequirementsThis 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.
Notice Details
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
Buyer & Supplier
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
Further Information
Notice Documents
-
https://www.find-tender.service.gov.uk/Notice/041976-2026
7th May 2026 - Tender notice on Find a Tender -
https://www.find-tender.service.gov.uk/Notice/041945-2026
7th May 2026 - Tender notice on Find a Tender -
https://www.find-tender.service.gov.uk/Notice/041861-2026
7th May 2026 - Tender notice on Find a Tender
Open Contracting Data Standard (OCDS)
View full OCDS Record for this contracting process
The Open Contracting Data Standard (OCDS) is a framework designed to increase transparency and access to public procurement data in the public sector. It is widely used by governments and organisations worldwide to report on procurement processes and contracts.
{
"tag": [
"compiled"
],
"id": "ocds-h6vhtk-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"
}