Notice Information
Notice Title
26018 Bikeability Cycle Training Contract
Notice Description
Bikeability Child Cycle Training has been delivered in Cambridgeshire since 2007. The county is among the top 20 highest performing local authorities with around 6,000 pupils receiving the training per annum, representing approximately 80% of the eligible audience. Bikeability cycle training equips service users to choose cycling to travel more actively, more safely and more often, thus upholding the Council's following priorities: - Enable full, healthy lives for all (promoting active and independent living) - Ensure fairness and opportunity (through the best start for children and young people, and physical access to jobs) - Support a green and sustainable county The Bikeability Cycle Training Contract is being developed specifically to deliver the existing Bikeability grant award (2026 - 2029) and fulfil The Authority's grant recipient obligations, including the designated course level allocations. The Programme objective for training providers in 2026/2027 is: - Increase participation in, and achieve rider outcomes of, Level 2 Bikeability by the end of primary school (Year 6) to improve road safety, promoting responsible cycling behaviour, and benefitting health and wellbeing. To enable delivery of the overall objective, further sub-objectives have been outlined: - Prepare children for Level 2 through Level 1 and Learn to Ride - Encourage schools to take part in Bikeability Courses - Encourage participation in the Bikeability programme of under-represented groups Full details of the procurement procedure, the Contract, required Services, and the process for bidding for this opportunity are detailed within the associated tender documents. The Council is providing the total estimated value of the Contract in accordance with the PA23 requirements on valuing contracts and for transparency purposes. The estimate is however provided purely as a guide and no guarantee is given as to the actual value of the contract under that maximum. The Council reserves the right to abandon the procurement and is not bound to award any contract arising from this Tender Notice. Bidders are solely responsible for all costs and expenses incurred in relation to the preparation and submission of their Tender response.
Lot Information
Lot 1
Renewal: There is the potential to extend the contract for up to two (2) further periods of one (1) year each, depending on both the success in achieving the required outcomes and availability of further funding.
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-h6vhtk-0696a8
- Publication Source
- Find A Tender Service
- Latest Notice
- https://www.find-tender.service.gov.uk/Notice/043450-2026
- Current Stage
- Tender
- All Stages
- Tender
Procurement Classification
- Notice Type
- UK4 - Tender Notice
- Procurement Type
- Standard
- Procurement Category
- Services
- Procurement Method
- Open
- Procurement Method Details
- Open procedure
- Tender Suitability
- SME
- Awardee Scale
- Not specified
Common Procurement Vocabulary (CPV)
- CPV Divisions
80 - Education and training services
-
- CPV Codes
80100000 - Primary education services
80500000 - Training services
Notice Value(s)
- Tender Value
- £2,208,333 £1M-£10M
- Lots Value
- £2,208,333 £1M-£10M
- Awards Value
- Not specified
- Contracts Value
- Not specified
Notice Dates
- Publication Date
- 12 May 20262 days ago
- Submission Deadline
- 12 Jun 20264 weeks to go
- Future Notice Date
- Not specified
- Award Date
- Not specified
- Contract Period
- 31 Aug 2026 - 31 Mar 2029 2-3 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
- CAMBRIDGESHIRE 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
- ALCONBURY WEALD, HUNTINGDON
- Postcode
- PE28 4YE
- Post Town
- Peterborough
- Country
- England
-
- Major Region (ITL 1)
- TLH East (England)
- Basic Region (ITL 2)
- TLH4 Cambridgeshire and Peterborough
- Small Region (ITL 3)
- TLH42 Cambridgeshire CC
- Delivery Location
- TLH12 Cambridgeshire CC
-
- Local Authority
- Huntingdonshire
- Electoral Ward
- The Stukeleys
- Westminster Constituency
- Huntingdon
Further Information
Notice Documents
-
https://www.find-tender.service.gov.uk/Notice/043450-2026
12th 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-0696a8-2026-05-12T13:17:58+01:00",
"date": "2026-05-12T13:17:58+01:00",
"ocid": "ocds-h6vhtk-0696a8",
"initiationType": "tender",
"parties": [
{
"id": "GB-PPON-PJVB-3262-VGVJ",
"name": "Cambridgeshire County Council",
"identifier": {
"scheme": "GB-PPON",
"id": "PJVB-3262-VGVJ"
},
"address": {
"streetAddress": "New Shire Hall Emery Crescent Enterprise Campus,",
"locality": "Alconbury Weald, Huntingdon",
"postalCode": "PE28 4YE",
"country": "GB",
"countryName": "United Kingdom",
"region": "UKH12"
},
"contactPoint": {
"name": "Samantha Hastings",
"email": "samantha.hastings@cambridgeshire.gov.uk"
},
"roles": [
"buyer"
],
"details": {
"url": "https://www.cambridgeshire.gov.uk/",
"classifications": [
{
"id": "publicAuthoritySubCentralGovernment",
"scheme": "UK_CA_TYPE",
"description": "Public authority - sub-central government"
}
]
}
}
],
"buyer": {
"id": "GB-PPON-PJVB-3262-VGVJ",
"name": "Cambridgeshire County Council"
},
"tender": {
"id": "ocds-h6vhtk-0696a8",
"legalBasis": {
"id": "2023/54",
"scheme": "UKPGA",
"uri": "https://www.legislation.gov.uk/ukpga/2023/54/contents"
},
"title": "26018 Bikeability Cycle Training Contract",
"description": "Bikeability Child Cycle Training has been delivered in Cambridgeshire since 2007. The county is among the top 20 highest performing local authorities with around 6,000 pupils receiving the training per annum, representing approximately 80% of the eligible audience. Bikeability cycle training equips service users to choose cycling to travel more actively, more safely and more often, thus upholding the Council's following priorities: - Enable full, healthy lives for all (promoting active and independent living) - Ensure fairness and opportunity (through the best start for children and young people, and physical access to jobs) - Support a green and sustainable county The Bikeability Cycle Training Contract is being developed specifically to deliver the existing Bikeability grant award (2026 - 2029) and fulfil The Authority's grant recipient obligations, including the designated course level allocations. The Programme objective for training providers in 2026/2027 is: - Increase participation in, and achieve rider outcomes of, Level 2 Bikeability by the end of primary school (Year 6) to improve road safety, promoting responsible cycling behaviour, and benefitting health and wellbeing. To enable delivery of the overall objective, further sub-objectives have been outlined: - Prepare children for Level 2 through Level 1 and Learn to Ride - Encourage schools to take part in Bikeability Courses - Encourage participation in the Bikeability programme of under-represented groups Full details of the procurement procedure, the Contract, required Services, and the process for bidding for this opportunity are detailed within the associated tender documents. The Council is providing the total estimated value of the Contract in accordance with the PA23 requirements on valuing contracts and for transparency purposes. The estimate is however provided purely as a guide and no guarantee is given as to the actual value of the contract under that maximum. The Council reserves the right to abandon the procurement and is not bound to award any contract arising from this Tender Notice. Bidders are solely responsible for all costs and expenses incurred in relation to the preparation and submission of their Tender response.",
"status": "active",
"items": [
{
"id": "1",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "80100000",
"description": "Primary education services"
},
{
"scheme": "CPV",
"id": "80500000",
"description": "Training services"
}
],
"deliveryAddresses": [
{
"region": "UKH12",
"country": "GB",
"countryName": "United Kingdom"
}
],
"relatedLot": "1"
}
],
"value": {
"amountGross": 2650000,
"amount": 2208333.33,
"currency": "GBP"
},
"procurementMethod": "open",
"procurementMethodDetails": "Open procedure",
"mainProcurementCategory": "services",
"aboveThreshold": true,
"coveredBy": [
"GPA"
],
"submissionMethodDetails": "All bids must be submitted electronically via the Council's e-tendering portal - ProContract. Full details and all associated tender documents can be found here: https://procontract.due-north.com/Advert?advertId=2e88f1f6-544c-f111-813c-005056b64545",
"submissionTerms": {
"electronicSubmissionPolicy": "allowed",
"languages": [
"en"
]
},
"tenderPeriod": {
"endDate": "2026-06-12T12:00:00+01:00"
},
"enquiryPeriod": {
"endDate": "2026-06-01T23:59:59+01:00"
},
"awardPeriod": {
"endDate": "2026-07-30T23:59:59+01:00"
},
"lots": [
{
"id": "1",
"status": "active",
"value": {
"amountGross": 2650000,
"amount": 2208333.33,
"currency": "GBP"
},
"awardCriteria": {
"weightingDescription": "The Authority will be awarding the contract based on the Price per Quality Point evaluation method. Full details of the award criteria are provided within the associated tender documentation.",
"criteria": [
{
"type": "quality",
"name": "Award Criteria",
"description": "Price per Quality Point"
}
]
},
"selectionCriteria": {
"criteria": [
{
"type": "economic",
"description": "Full details of the legal and financial capacity conditions can be found in the associated tender documents, which bidders can access via the portal."
},
{
"type": "technical",
"description": "Full details of the technical ability conditions of participation can be found in the associated tender documents, which bidders can access via the portal."
}
]
},
"suitability": {
"sme": true
},
"contractPeriod": {
"startDate": "2026-09-01T00:00:00+01:00",
"endDate": "2029-03-31T23:59:59+01:00",
"maxExtentDate": "2031-03-31T23:59:59+01:00"
},
"hasRenewal": true,
"renewal": {
"description": "There is the potential to extend the contract for up to two (2) further periods of one (1) year each, depending on both the success in achieving the required outcomes and availability of further funding."
}
}
],
"lotDetails": {
"noLotsDivisionRationale": "This procurement is not being split into Lots because the Council requires a single contract to ensure streamlined delivery, operational efficiency, and effective contract management. The Council does not consider subdivision into lots to be appropriate, as this may increase the risk to the successful delivery of the requirement."
},
"documents": [
{
"id": "conflictOfInterest",
"documentType": "conflictOfInterest",
"description": "Not published"
},
{
"id": "043450-2026",
"documentType": "tenderNotice",
"noticeType": "UK4",
"description": "Tender notice on Find a Tender",
"url": "https://www.find-tender.service.gov.uk/Notice/043450-2026",
"datePublished": "2026-05-12T13:17:58+01:00",
"format": "text/html"
}
],
"riskDetails": "A known/unknown risk is Local Government Reorganisation. Under the wider Local Government Reorganisation (LGR) agenda the Government has stated its intention to restructure remaining two-tier areas in England into single tier unitary authorities. This programme aims to streamline local government structures, improve accountability, and achieve efficiencies. As Cambridgeshire currently operates under a two-tier system, LGR is expected to affect the Council during the lifetime of this Contract. As the timing and scale of these changes are not yet confirmed, LGR may result in modifications to this Contract. Potential impacts include changes to the contracting authority through novation, variations in service volumes or values, and adjustments to the scope of Services required. Any changes will remain aligned to the existing nature of the Contract, although related additional Services may be required. A number of successor authorities may require access to the Services and the Contract will accommodate their entitlement to do so. Bidders should be aware of this forthcoming reform and be prepared to work collaboratively with the Council to support transition and ensure continuity of Services."
},
"language": "en"
}