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.

Contract Notice

Open Framework for Alternative Provision

  • First published: 04 August 2025
  • Last modified: 04 August 2025
  • Record interest

     

  • 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-0556cd
Published by:
Westmorland and Furness Council
Authority ID:
AA83929
Publication date:
04 August 2025
Deadline date:
10 September 2025
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

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.

Full notice text

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

Coding

Commodity categories

ID Title Parent category
80000000 Education and training services Education
85000000 Health and social work services Other Services

Delivery locations

ID Description
100 UK - All

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:
lisa.measures@westmorlandandfurness.gov.uk
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.