Contract notice
Section I: Contracting
authority
I.1) Name and addresses
Westmorland and Furness Council
South Lakeland House, Lowther Street
Kendal
LA9 4DQ
UK
Contact person: Ms Lisa Measures
Telephone: +44 1228226456
E-mail: lisa.measures@westmorlandandfurness.gov.uk
NUTS: UKD
Internet address(es)
Main address: https://www.westmorlandandfurness.gov.uk/
Address of the buyer profile: https://www.westmorlandandfurness.gov.uk/
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge at:
www.the-chest.gov.uk
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be sent electronically to:
www.yhr-chest.gov.uk
I.4) Type of the contracting authority
Regional or local authority
I.5) Main activity
General public services
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
Open Framework for Alternative Provision
Reference number: DN783408
II.1.2) Main CPV code
80000000
II.1.3) Type of contract
Services
II.1.4) Short description
1. The key Service Aim is to support the Council’s priorities identified in the Council plan | Westmorland and Furness Council).
Service Vision
2. The vision for the service is to ensure that all children, regardless of circumstance or setting, receive a good education. The service therefore is committed to ensuring all alternative provision commissioned for a child or young person in Westmorland and Furness is of good quality, registered where appropriate, and delivered by high quality staff with suitable training, experience and safeguarding checks.
3. All alternative provision that is commissioned must be suitable to a child or young person’s age, ability and aptitude and any special educational needs (SEN) they may have.
4. All children and young people will make good progress against outcomes, identified prior to the start of a placement with a Provider and will have access to meaningful qualifications. This will mean they are equipped to progress onto the next stage in their educational career and are enabled to participate and contribute positively to society in the future.
5. Placements into alternative provision will always be made with the child or young person’s reintegration back into mainstream education or move onto a sustained post-16 destination in mind.
6. The placement of a child or young person with a Provider is consistent with the efficient use of resources.
Service Description
7. The following Services are in scope of this specification:
Lot 1: Alternative Provision where the provider is registered with Ofsted (or an equivalent body). This may include providers who are registered with Ofsted, but the category of their registration does not include learners to whom they are offering alternative provision.
Lot 2: Alternative Provision where the provider is not registered with Ofsted (or an equivalent body)
Lot 3: Alternative Provision for pupils with medical conditions that prevent their attendance at school.
The Framework will be managed with providers being placed on either Provider List A or B. The criteria for being on each list is as follows:
• List A is for Registered Providers and therefore those applying to Lot 1 would be placed on this list. It is also possible those applying for Lot 3 could also be a registered provider and be placed on List A.
List B is for Providers who are unregistered whether applying for Lot 2 and or Lot 3.
II.1.6) Information about lots
This contract is divided into lots:
Yes
Tenders may be submitted for all lots
II.2) Description
Lot No: 1
II.2.1) Title
Alternative Provision for a provider registered with ofsted
II.2.2) Additional CPV code(s)
80000000
85000000
II.2.3) Place of performance
NUTS code:
UKD
II.2.4) Description of the procurement
Lot 1: Alternative Provision where the provider is registered with Ofsted (or an equivalent body). This may include providers who are registered with Ofsted, but the category of their registration does not include learners to whom they are offering alternative provision.
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
End:
31/12/2028
This contract is subject to renewal: Yes
Description of renewals:
2 x 12 month extensions available
II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted:
No
II.2.11) Information about options
Options:
No
II.2.12) Information about electronic catalogues
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
No
Lot No: 2
II.2.1) Title
: Alternative Provision where the provider is not registered with Ofsted
II.2.2) Additional CPV code(s)
80000000
85000000
II.2.3) Place of performance
NUTS code:
UKD
II.2.4) Description of the procurement
Lot 2: Alternative Provision where the provider is not registered with Ofsted (or an equivalent body)
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
End:
31/12/2028
This contract is subject to renewal: Yes
Description of renewals:
2 x 12 months extensions available
II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted:
No
II.2.11) Information about options
Options:
No
II.2.12) Information about electronic catalogues
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
No
Lot No: 3
II.2.1) Title
Alternative Provision for pupils with medical conditions
II.2.2) Additional CPV code(s)
85000000
II.2.3) Place of performance
NUTS code:
UKD
II.2.4) Description of the procurement
Lot 3: Alternative Provision for pupils with medical conditions that prevent their attendance at school.
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
End:
31/12/2028
This contract is subject to renewal: Yes
Description of renewals:
2x12 months extension available
II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted:
No
II.2.11) Information about options
Options:
No
II.2.12) Information about electronic catalogues
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
No
Section IV: Procedure
IV.1) Description
IV.1.1) Type of procedure
Open procedure
IV.1.8) Information about Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement:
Yes
IV.2) Administrative information
IV.2.1) Previous publication concerning this procedure
Notice number in the OJ S:
2025/S 000-036441
IV.2.2) Time limit for receipt of tenders or requests to participate
Date:
10/09/2025
Local time: 10:00
IV.2.4) Languages in which tenders or requests to participate may be submitted
EN
IV.2.7) Conditions for opening of tenders
Date:
10/09/2025
Local time: 11:00
Section VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement:
No
VI.4) Procedures for review
VI.4.1) Review body
Her Majesty's Court
London
UK
VI.5) Date of dispatch of this notice
29/07/2025