Tender

26018 Bikeability Cycle Training Contract

CAMBRIDGESHIRE COUNTY COUNCIL

This public procurement record has 1 release in its history.

Tender

12 May 2026 at 12:17

Summary of the contracting process

Cambridgeshire County Council has initiated an active procurement process under the title "26018 Bikeability Cycle Training Contract," falling within the services industry category, specifically primary education and training services. Located in the UK region of Alconbury Weald, Huntingdon, this procurement is currently in the tender stage. The deadline for submissions is 12th June 2026, with the contract award expected by 30th July 2026. The procurement follows an open procedure, allowing competitive bidding, and aims to continue Bikeability Child Cycle Training in the region, funded by a grant for the period 2026-2029. The contract's estimated gross value stands at £2,650,000.

This tender presents a significant opportunity for businesses specialising in educational training services within the UK to secure a government contract. The council aims to increase road safety and promote cycling among children, thus supporting priorities related to health, fairness, and sustainability. The contract is ideal for businesses capable of delivering high-quality training services, especially those with experience in cycling education and an ability to engage under-represented groups. Small and medium-sized enterprises, keen to expand their portfolio in public sector contracts and capable of operating within the outlined standards and objectives, are encouraged to participate. The procurement is available through electronic submission via the council's e-tendering portal, facilitating broad access for interested parties.

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

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.

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

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

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-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"
}