Tender

Open Framework for Alternative Provision

  • Westmorland and Furness Council

F02: Contract notice

Notice identifier: 2025/S 000-043929

Procurement identifier (OCID): ocds-h6vhtk-0556cd (view related notices)

Published 29 July 2025, 2:56pm



Section one: Contracting authority

one.1) Name and addresses

Westmorland and Furness Council

South Lakeland House, Lowther Street

Kendal

LA9 4DQ

Contact

Ms Lisa Measures

Email

lisa.measures@westmorlandandfurness.gov.uk

Telephone

+44 1228226456

Country

United Kingdom

Region code

UKD - North West (England)

Internet address(es)

Main address

https://www.westmorlandandfurness.gov.uk/

Buyer's address

https://www.westmorlandandfurness.gov.uk/

one.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 above-mentioned address

Tenders or requests to participate must be submitted electronically via

www.yhr-chest.gov.uk

one.4) Type of the contracting authority

Regional or local authority

one.5) Main activity

General public services


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Open Framework for Alternative Provision

Reference number

DN783408

two.1.2) Main CPV code

  • 80000000 - Education and training services

two.1.3) Type of contract

Services

two.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.

two.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

two.2) Description

two.2.1) Title

Alternative Provision for a provider registered with ofsted

Lot No

1

two.2.2) Additional CPV code(s)

  • 80000000 - Education and training services
  • 85000000 - Health and social work services

two.2.3) Place of performance

NUTS codes
  • UKD - North West (England)

two.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.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

End date

31 December 2028

This contract is subject to renewal

Yes

Description of renewals

2 x 12 month extensions available

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.12) Information about electronic catalogues

Tenders must be presented in the form of electronic catalogues or include an electronic catalogue

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

two.2) Description

two.2.1) Title

: Alternative Provision where the provider is not registered with Ofsted

Lot No

2

two.2.2) Additional CPV code(s)

  • 80000000 - Education and training services
  • 85000000 - Health and social work services

two.2.3) Place of performance

NUTS codes
  • UKD - North West (England)

two.2.4) Description of the procurement

Lot 2: Alternative Provision where the provider is not registered with Ofsted (or an equivalent body)

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

End date

31 December 2028

This contract is subject to renewal

Yes

Description of renewals

2 x 12 months extensions available

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.12) Information about electronic catalogues

Tenders must be presented in the form of electronic catalogues or include an electronic catalogue

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

two.2) Description

two.2.1) Title

Alternative Provision for pupils with medical conditions

Lot No

3

two.2.2) Additional CPV code(s)

  • 85000000 - Health and social work services

two.2.3) Place of performance

NUTS codes
  • UKD - North West (England)

two.2.4) Description of the procurement

Lot 3: Alternative Provision for pupils with medical conditions that prevent their attendance at school.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

End date

31 December 2028

This contract is subject to renewal

Yes

Description of renewals

2x12 months extension available

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.12) Information about electronic catalogues

Tenders must be presented in the form of electronic catalogues or include an electronic catalogue

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Open procedure

four.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

four.2) Administrative information

four.2.1) Previous publication concerning this procedure

Notice number: 2025/S 000-036441

four.2.2) Time limit for receipt of tenders or requests to participate

Date

10 September 2025

Local time

10:00am

four.2.4) Languages in which tenders or requests to participate may be submitted

English

four.2.7) Conditions for opening of tenders

Date

10 September 2025

Local time

11:00am


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.4) Procedures for review

six.4.1) Review body

Her Majesty's Court

London

Country

United Kingdom