Skip to main content

We've saved some files called cookies on your device. These cookies are:

  • essential for the site to work
  • to help improve our website by collecting and reporting information on how you use it

We would also like to save some cookies to help tailor communications.

BETA
You're viewing an updated version of this service - your feedback will help us to improve it.

UK4

Inclusion Services Framework - 369-NYC-CY

  • First published: 11 April 2026
  • Last modified: 11 April 2026
  • Version: N/A
  •  

  • This file may not be fully accessible.

  •  

Information icon

The buyer is not using this website to administer the notice.

To record your interest or obtain additional information or documents please find instructions within the Full Notice Text. (NOTE: Contract Award Notices and Prior Information Notices do not normally require a response)

Contents

Summary

OCID:
ocds-h6vhtk-068056
Published by:
The North Yorkshire Council
Authority ID:
AA84106
Publication date:
11 April 2026
Deadline date:
23 May 2026
Notice type:
UK4
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

North Yorkshire Council (the “Authority”) invites tenders for appointment to a multi provider Inclusion Services Open Framework. The open framework will support the delivery of high quality, needs led provision for children and young people with Special Educational Needs and Disabilities (SEND), including those requiring Education Other Than at School (EOTAS) and post16 support. This open framework aims to establish an efficient and quality assured method of procuring provision aligned with statutory duties under: • The Children and Families Act 2014 • SEND Code of Practice: 0–25 years • Procurement Act 2023 / Public Contracts Regulations 2015 • Relevant safeguarding legislation This open framework supports the Authorities Local Area SEND Strategy and High Needs Block (HNB) Transformation Programme. The open framework is divided into seven lots, covering the diverse needs of children and young people across North Yorkshire. • Lot 1 – Primary In-person Education (KS1/KS2) • Lot 2 – Secondary In-person Education (KS3/KS4) • Lot 3 – Online Education • Lot 4 – Therapeutic Interventions • Lot 5 – Alternative and Enrichment Activities • Lot 6 – Post-16 Provision • Lot 7 – Targeted SEND Improvement and Workforce Development Services Preliminary market engagement has been carried out. Information is available at https://www.find-tender.service.gov.uk/Notice/041427-2025 Notice identifier: 2025/S 000-041427 Procurement identifier (OCID): ocds-h6vhtk-05626b The notice was unable to be linked due to the inclusion of Lots at tender stage following market engagement.

Full notice text

Scope

Procurement reference

100107773

Procurement description

North Yorkshire Council (the “Authority”) invites tenders for appointment to a multi provider Inclusion Services Open Framework. The open framework will support the delivery of high quality, needs led provision for children and young people with Special Educational Needs and Disabilities (SEND), including those requiring Education Other Than at School (EOTAS) and post16 support. This open framework aims to establish an efficient and quality assured method of procuring provision aligned with statutory duties under: • The Children and Families Act 2014 • SEND Code of Practice: 0–25 years • Procurement Act 2023 / Public Contracts Regulations 2015 • Relevant safeguarding legislation This open framework supports the Authorities Local Area SEND Strategy and High Needs Block (HNB) Transformation Programme. The open framework is divided into seven lots, covering the diverse needs of children and young people across North Yorkshire. • Lot 1 – Primary In-person Education (KS1/KS2) • Lot 2 – Secondary In-person Education (KS3/KS4) • Lot 3 – Online Education • Lot 4 – Therapeutic Interventions • Lot 5 – Alternative and Enrichment Activities • Lot 6 – Post-16 Provision • Lot 7 – Targeted SEND Improvement and Workforce Development Services Preliminary market engagement has been carried out. Information is available at https://www.find-tender.service.gov.uk/Notice/041427-2025 Notice identifier: 2025/S 000-041427 Procurement identifier (OCID): ocds-h6vhtk-05626b The notice was unable to be linked due to the inclusion of Lots at tender stage following market engagement.

Main category

Services

Delivery regions

  • UKE2 - North Yorkshire

Total value (estimated, excluding VAT)

33333333.33 GBP to 33333333.34GBP

Contract dates (estimated)

01 September 2026, 01:00AM to 31 August 2034, 23:59PM

Is a framework being established?

Yes

Is this an open framework scheme?

Yes

Contracting authority

The North Yorkshire Council

Identification register:

  • GB-PPON

Address 1: County Hall, Racecourse Lane,

Town/City: Northallerton

Postcode: DL7 8AD

Country: United Kingdom

Website: https://www.northyorks.gov.uk

Public Procurement Organisation Number: PNXY-8263-XCNL

NUTS code: UKE22

Email: Procurement@northyorks.gov.uk

Telephone: +44 1609533450

Organisation type: Public authority - sub-central government

Procedure

Procedure type

Open procedure

Is this procurement under a special regime?

Light touch

Is the total value above threshold?

Above threshold

Trade agreements

Government Procurement Agreement (GPA)

Framework

Percentage fee charged to suppliers

0%

Open framework scheme end date (estimated)

31 August 2034, 23:59PM

Award method when using the framework

With and without reopening competition

Framework operation description

The services to be procured are defined as a Light Touch Contract within the Act. The Authority will utilise the flexibility provided by Section 45 Frameworks clause (9) to undertake a bespoke procurement process that considers elements of the Open Procedure, Framework and Open Framework. At any time during the term of the Framework the Authority shall, at its discretion, open the framework to new providers. This will be achieved by publishing a new tender notice inviting expressions of interest from potential providers for the provision of the Services under the existing framework. The framework will continue on the same or substantially the same terms as this Framework Agreement and the competition will adopt the same or substantially the same conditions of participation and award criteria as those followed for the appointment of the Framework Providers. Each time a Framework is reopened for Bids, this will be known as an Entry Point. It is anticipated that there will be: - Three (3) Entry Points each year in the first 2 years (Entry Point 1 closing May 2026, and then the subsequent Entry Points opening termly), and - One (1) Entry Point in each of the following years for the duration of the Open Framework. However, the Authority reserves the right to increase or reduce Entry Points at its discretion. Existing Providers who were previously appointed onto one or more Lot(s) of the Open Framework will automatically be appointed onto the subsequent Framework(s) and will not need to take any action in response to the re-opening of the Framework unless: - they choose to submit a new Bid in response to an Entry Point, or - they request in writing that the Authority does not appoint them onto one or more Lot(s) of the new Framework following the re-opening of an Entry Point Bidders who are successful in a bid will be appointed onto the open framework by entering into a Framework Agreement, with The North Yorkshire Council (NYC) Placements and packages of work under any of the Lots will then be awarded via a mini competition process or a direct award. A full explanation of the processes can be found within the Framework Agreement. Note that NYC cannot give any guarantee of business or of the actual value of any Contracts awarded under the Framework. Bidders are required to complete a pricing schedule for the Lot(s) they are bidding for. The prices submitted will not be evaluated, however they will be used at call-off Contract stage where costs submitted cannot exceed those stated in the relevant Lot Pricing Schedule (taking into account any agreed fee increase as per the Fee and Inflationary Uplift Protocol).

Lots

Divided into 7 lots

Lot 1 – Primary In-person Education (KS1/KS2)

Lot number: LOT-0001

Description

Primary (KS1 and KS2) – This Alternative Provision (Education) Service must provide face-to-face tuition in a 1:1, 2:1, or small group setting. This can take place in but is not necessarily limited to: - • A Risk Assessed Venue (sourced by the provider upon request) • The Family Home • The Providers registered address The education will focus on achieving KS1 and KS2 outcomes based on National Curriculum subjects, ensuring children and young people are prepared for successful re-integration into formal education. Further information regarding the National Curriculum subjects can be found here: National curriculum - GOV.UK

CPV classifications

  • 80000000 - Education and training services
  • 80100000 - Primary education services
  • 80200000 - Secondary education services
  • 80300000 - Higher education services
  • 80340000 - Special education services

Delivery regions

  • UKE2 - North Yorkshire

Lot value (estimated)

943568.16 GBP Excluding VAT

1132281.80 GBP Including VAT

Sustainability

Small and medium-sized enterprises (SME)

Voluntary, community and social enterprises (VCSE)

Contract start date (estimated)

01 September 2026, 01:00AM

Contract end date (estimated)

31 August 2034, 23:59PM

Award criteria

Type: quality

Name

SEND Provision & Reintegration

Weighting: 80

Weighting type: percentageExact

Type: quality

Name

Building Independence and Social Confidence

Weighting: 10

Weighting type: percentageExact

Type: quality

Name

Social Value

Weighting: 10

Weighting type: percentageExact

Lot 2 – Secondary In-person Education (KS3/KS4)

Lot number: LOT-0002

Description

Secondary (KS3 and KS4) – This Alternative Provision (Education) Service must provide face-to-face tuition in a 1:1, 2:1, or small group setting. This can take place in but is not necessarily limited to: - • A Risk Assessed Venue (sourced by the provider upon request) • The Family Home • The Providers registered address The education will focus on achieving KS3 and KS4 outcomes based on National Curriculum subjects, ensuring young people are ready for successful re-integration into formal education. Further information regarding the National Curriculum subjects can be found here: National curriculum - GOV.UK. Where appropriate, the pricing model should include all aspects of exam preparation and delivery, and providers must have access to, or be registered as, an appropriate exam centre.

CPV classifications

  • 80000000 - Education and training services
  • 80100000 - Primary education services
  • 80200000 - Secondary education services
  • 80300000 - Higher education services
  • 80340000 - Special education services

Delivery regions

  • UKE2 - North Yorkshire

Lot value (estimated)

4276322.13 GBP Excluding VAT

5131586.55 GBP Including VAT

Sustainability

Small and medium-sized enterprises (SME)

Voluntary, community and social enterprises (VCSE)

Contract start date (estimated)

01 September 2026, 01:00AM

Contract end date (estimated)

31 August 2034, 23:59PM

Award criteria

Type: quality

Name

SEND Provision & Reintegration

Weighting: 80

Weighting type: percentageExact

Type: quality

Name

Building Independence and Social Confidence

Weighting: 10

Weighting type: percentageExact

Type: quality

Name

Social Value

Weighting: 10

Weighting type: percentageExact

Lot 3 – Online Education

Lot number: LOT-0003

Description

Primary (KS1 and KS2) or Secondary (KS3 and KS4) Provision – This includes 1:1 or small groups, encompassing both accredited and unaccredited online schools. Sessions will focus on achieving relevant Key Stage outcomes based on National Curriculum subjects, ensuring young people are prepared for successful re-integration into education. Further information regarding the National Curriculum subjects can be found here: National curriculum - GOV.UK. Where appropriate, the pricing model should include all aspects of exam preparation and delivery, and providers must have access to, or be registered as, an appropriate exam centre.

CPV classifications

  • 80000000 - Education and training services
  • 80100000 - Primary education services
  • 80200000 - Secondary education services
  • 80300000 - Higher education services
  • 80340000 - Special education services

Delivery regions

  • UKE2 - North Yorkshire

Lot value (estimated)

2367669.83 GBP Excluding VAT

2841203.79 GBP Including VAT

Sustainability

Small and medium-sized enterprises (SME)

Voluntary, community and social enterprises (VCSE)

Contract start date (estimated)

01 September 2026, 01:00AM

Contract end date (estimated)

31 August 2034, 23:59PM

Award criteria

Type: quality

Name

SEND Provision & Reintegration

Weighting: 80

Weighting type: percentageExact

Type: quality

Name

Building Independence and Social Confidence

Weighting: 10

Weighting type: percentageExact

Type: quality

Name

Social Value

Weighting: 10

Weighting type: percentageExact

Lot 4 – Therapeutic Interventions

Lot number: LOT-0004

Description

Primary or Secondary Provision – This includes 1:1 or small group settings, offering a range of therapeutic sessions such as but not necessarily limited to: - • Speech and Language Therapy (SaLT) • Occupational Therapy (OT) • Physiotherapy • Cognitive Behavioural Therapy (CBT) • Play Therapy • Art Therapy • Music Therapy • Drama Therapy • Equine-Assisted Therapy • Animal-Assisted Therapy (e.g., dogs, small animals) • Creative Arts Psychotherapy • Clinical or Counselling Psychology Sessions • Trauma-Informed Therapeutic Support • Somatic or Sensory Integration Therapy • Mindfulness-Based Interventions • Therapeutic Youth Work • Behavioural Therapy / Behaviour Regulation Support • Social Skills Therapeutic Groups • Play Therapy • Individual Psychotherapy • Behaviour Modification • Cognitive Therapy • Trauma Informed Therapy • Attachment Focussed Therapy • Creative Arts Therapies • Multi systemic therapy • Dyadic Development Psychotherapy (DDP) • Counselling • Training • Equine Therapy • Theraplay Informed Practice • Anger Management These sessions will focus on ensuring children and young people are ready for successful re-integration into education.

CPV classifications

  • 85000000 - Health and social work services

Delivery regions

  • UKE2 - North Yorkshire

Lot value (estimated)

3338094.91 GBP Excluding VAT

4005713.90 GBP Including VAT

Sustainability

Small and medium-sized enterprises (SME)

Voluntary, community and social enterprises (VCSE)

Contract start date (estimated)

01 September 2026, 01:00AM

Contract end date (estimated)

31 August 2034, 23:59PM

Award criteria

Type: quality

Name

SEND Provision & Reintegration

Weighting: 80

Weighting type: percentageExact

Type: quality

Name

Building Independence and Social Confidence

Weighting: 10

Weighting type: percentageExact

Type: quality

Name

Social Value

Weighting: 10

Weighting type: percentageExact

Lot 5 – Alternative and Enrichment Activities

Lot number: LOT-0005

Description

Primary or Secondary Provision – This includes 1:1 or small group settings, providing enrichment activities such as but not necessarily limited to: - • Forest Schools • Vocational Skills • Animal based activities These sessions aim to enhance the child or young person's experience and build resilience, ensuring they are ready for successful re-integration into education. Where appropriate, the pricing model should include all aspects of exam preparation and delivery, and providers must have access to, or be registered as, an appropriate exam centre.

CPV classifications

  • 80000000 - Education and training services
  • 80100000 - Primary education services
  • 80200000 - Secondary education services
  • 80300000 - Higher education services
  • 80340000 - Special education services

Delivery regions

  • UKE2 - North Yorkshire

Lot value (estimated)

2136380.75 GBP Excluding VAT

2563656.89 GBP Including VAT

Sustainability

Small and medium-sized enterprises (SME)

Voluntary, community and social enterprises (VCSE)

Contract start date (estimated)

01 September 2026, 01:00AM

Contract end date (estimated)

31 August 2034, 23:59PM

Lot 6 – Post-16 Provision

Lot number: LOT-0006

Description

Post-16 (KS5) Provision – This includes 1:1 or small group settings, providing face-to-face or online tuition with an education focus, therapeutic sessions or enrichment. These sessions aim to enhance the young person's experience and build resilience, ensuring they are ready for successful re-integration into an educational pathway. Where appropriate, the pricing model should include all aspects of exam preparation and delivery, and providers must have access to, or be registered as, an appropriate exam centre. Please note this does not include Ofsted registered Specialist Post-16 Institutes (SPI).

CPV classifications

  • 80000000 - Education and training services
  • 80100000 - Primary education services
  • 80200000 - Secondary education services
  • 80300000 - Higher education services
  • 80340000 - Special education services

Delivery regions

  • UKE2

    Award criteria

    Type: quality

    Name

    SEND Provision & Reintegration

    Weighting: 80

    Weighting type: percentageExact

    Type: quality

    Name

    Building Independence and Social Confidence

    Weighting: 10

    Weighting type: percentageExact

    Type: quality

    Name

    Social Value

    Weighting: 10

    Weighting type: percentageExact

    Award criteria

    Type: quality

    Name

    SEND Provision & Reintegration

    Weighting: 80

    Weighting type: percentageExact

    Type: quality

    Name

    Building Independence and Social Confidence

    Weighting: 10

    Weighting type: percentageExact

    Type: quality

    Name

    Social Value

    Weighting: 10

    Weighting type: percentageExact

    - North Yorkshire

Lot value (estimated)

16000031.01 GBP Excluding VAT

19200037.21 GBP Including VAT

Sustainability

Small and medium-sized enterprises (SME)

Voluntary, community and social enterprises (VCSE)

Contract start date (estimated)

01 September 2026, 01:00AM

Contract end date (estimated)

31 August 2034, 23:59PM

Award criteria

Type: quality

Name

SEND Provision & Reintegration

Weighting: 80

Weighting type: percentageExact

Type: quality

Name

Building Independence and Social Confidence

Weighting: 10

Weighting type: percentageExact

Type: quality

Name

Social Value

Weighting: 10

Weighting type: percentageExact

Lot 7 – Targeted SEND Improvement and Workforce Development Services

Lot number: LOT-0007

Description

Providers and specialist SEND practitioners delivering targeted services to raise standards, promote inclusive practice and improve outcomes for children and young people with Special Educational Needs and Disabilities (SEND). This Lot may include providers able to deliver one or more service types detailed below for children and young people from early years through to post 16 education, up to the age of 25. 1. Workforce Development, Training and Skills Providers Organisations delivering training or professional development to improve workforce capability in SEND and inclusive practice. Examples may include: • SEND specific workforce training programmes • SENCO development and supervision • Coaching or mentoring for teaching, support or pastoral staff • Multi disciplinary workforce training (education, health, social care) • Post 16 workforce training linked to Supporting Preparation for Adulthood 2. School and Setting Improvement Services Providers supporting improvements in SEND systems, processes and inclusive practice within education or post 16 settings. Examples may include: • SEND audits or diagnostic reviews • Targeted improvement support for individual schools or colleges • Locality based or cluster improvement programmes • Support to embed inclusive quality first teaching • Improvement support following inspection or review outcomes 3. Leadership and Governance Support Services Providers delivering leadership, management and governance support in relation to SEND and inclusion. Examples may include: • SEND leadership development programmes • Executive or senior leadership coaching • Governance training related to SEND duties and responsibilities • Strategic support for SEND improvement planning • Interim leadership or advisory capacity 4. Curriculum Development and Inclusive Practice Services Organisations supporting curriculum design, development and delivery to improve access and outcomes for learners with SEND. Examples may include: • Adaptation of curriculum pathways for learners with SEND • Development of alternative or inclusive curricula • Transition curriculum design (e.g. KS4–post 16) • Curriculum support for engagement or re engagement • Advice on flexible or personalised learning pathways 5. Pupil Outcomes and Inequality Reduction Services Providers focused on improving outcomes and reducing disparities between groups of children and young people. Examples may include: • Attainment, progress or engagement improvement programmes • Attendance and persistent absence reduction initiatives • Support addressing disproportionality (e.g. exclusion, suspension) • Wellbeing and resilience focused outcome programmes • Targeted support for vulnerable or marginalised cohorts 6. Services Addressing Barriers to Access and Inclusion Providers delivering services that mitigate practical or systemic barriers impacting access to education and provision. Examples may include: • Enablement or access related support services • Resource based support to improve participation • Solutions addressing attendance or access challenges • Support during placement transition or reintegration • Practical interventions supporting equitable access to provision 7. Research, Evaluation and Innovation Services Providers specialising in research informed practice and the development or testing of innovative approaches. Examples may include: • Evaluation of SEND interventions or programmes • Piloting of new or emerging inclusive practices • Evidence based research linked to SEND priorities • Co production and testing of innovative delivery models • Development of impact measurement frameworks 8. Post 16 and Preparing for Adulthood Services Providers delivering services to support young people aged 16–25 with SEND in transition to adulthood. Examples may include: • Transition planning and support services • Skills development linked to employment or independence • Training for staff supporting young adults with SEND • Post 16 engagement or retention support • Services aligned to Preparing for Adulthood outcomes

CPV classifications

  • 80000000 - Education and training services
  • 80100000 - Primary education services
  • 80200000 - Secondary education services
  • 80300000 - Higher education services
  • 80340000 - Special education services

Delivery regions

  • UKE2 - North Yorkshire

Lot value (estimated)

4271266.55 GBP Excluding VAT

5125519.86 GBP Including VAT

Sustainability

Small and medium-sized enterprises (SME)

Voluntary, community and social enterprises (VCSE)

Contract start date (estimated)

01 September 2026, 01:00AM

Contract end date (estimated)

31 August 2034, 23:59PM

Award criteria

Type: quality

Name

Improving SEND Practice

Weighting: 90

Weighting type: percentageExact

Type: quality

Name

Social Value

Weighting: 10

Weighting type: percentageExact

Contract terms and risks

Description of risks to contract performance

The total value of the framework is £40,000,000. While an estimated value has been assigned to each Lot, the Authority reserves the right to allocate the overall value as it deems appropriate based on the demand for services over the eight‑year duration. As this is a demand‑led service, the value of the framework may increase over the duration. The Authority reserves the right to increase the overarching value accordingly. During the term of the open framework, modifications may be required to align to any changes as a result of SEND reform.

Submission

Tender submission deadline

22 May 2026, 12:00PM

Enquiry deadline

12 May 2026, 17:00PM

Date of award of contract

24 July 2026, 23:59PM

Submission address and any special instructions

https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=102558&TID100107773&B=

May tenders be submitted electronically?

Yes

Languages that may be used for submission

  • English

Documents

ID

conflictOfInterest

Document type

Conflict of interest

Description

Not published

Coding

Commodity categories

ID Title Parent category
80000000 Education and training services Education
85000000 Health and social work services Other Services
80300000 Higher education services Education and training services
80100000 Primary education services Education and training services
80200000 Secondary education services Education and training services
80340000 Special education services Higher education services

Delivery locations

ID Description
There are no delivery locations for this notice.

Alert region restrictions

The buyer has restricted the alert for this notice to suppliers based in the following regions.

ID Description
There are no alert restrictions for this notice.

About the buyer

Main contact:
N/a
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
No further information has been uploaded.

0800 222 9004

Lines are open 8:30am to 5pm Monday to Friday.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.