Open Framework for Alternative Provision

  • Westmorland and Furness Council

F14: Notice for changes or additional information

Notice identifier: 2025/S 000-047602

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

Published 11 August 2025, 12:13pm



Section one: Contracting authority/entity

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/


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

Westmorland and Furness Council are undertaking a procurement exercise to establish a Light Touch - Open Framework of suppliers for Alternative Provision. The Services will support the delivery of Alternative Education Provision requirements for children in the Westmorland and Furness area.

The framework will align with sections 9 (5) and 49 (1) of the Procurement Act 23 and support the priorities of the Westmorland and Furness Council Plan.

Council plan | Westmorland and Furness Council).

Service Description

:

The Framework Services will be procured under 3 lots

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.

Service Vision

1. 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.

2. 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.

3. 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.

4. 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.

5. The placement of a child or young person with a Provider is consistent with the efficient use of resources.

In establishment of the Framework, individual services will be procured by further competition or direct award with framework providers in compliance with the call off framework agreement.

Further details are provided in the Framework Agreement Schedule 3 - Call Off Agreement with the tender pack.


Section six. Complementary information

six.6) Original notice reference

Notice number: 2025/S 000-043929


Section seven. Changes

seven.1.2) Text to be corrected in the original notice

Section number

11.1.4

Place of text to be modified

description

Instead of
Text

In compliance with Section 9 (5) and 49 (1) of the PA 23, the Council intends to reopen the Framework for competition at least once during the first 3 years and before the end of the initial framework’s Term.

The Council reserves the right and may reopen the framework for competition within the first 9 months of the Term. (The Council is not obligated to re-open the framework unless it requires to do so)

The Council reserves the right and may reopen the first subsequent framework for competition approximately 12 months following its commencement date and to reopen each subsequent framework for competition at 12-month intervals for the duration of the scheme of the open framework. (The Council is not obligated to re-open the framework unless it requires to do so)

When the Council decides to reopen the framework for competition, the Council shall serve notice of its intention to do so and the Agreement will expire in accordance with clause 72.1 of the Framework Agreement. The initial framework agreement would then be replaced with a subsequent framework agreement.

Read
Text

Westmorland and Furness Council are undertaking a procurement exercise to establish a Light Touch - Open Framework of suppliers for Alternative Provision. The Services will support the delivery of Alternative Education Provision requirements for children in the Westmorland and Furness area.

The framework will align with sections 9 (5) and 49 (1) of the Procurement Act 23 and support the priorities of the Westmorland and Furness Council Plan.

Council plan | Westmorland and Furness Council).

Service Description

:

The Framework Services will be procured under 3 lots

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.

Service Vision

1. 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.

2. 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.

3. 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.

4. 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.

5. The placement of a child or young person with a Provider is consistent with the efficient use of resources.

In establishment of the Framework, individual services will be procured by further competition or direct award with framework providers in compliance with the call off framework agreement.

Further details are provided in the Framework Agreement Schedule 3 - Call Off Agreement with the tender pack.

In compliance with Section 9 (5) and 49 (1) of the PA 23, the Council intends to reopen the Framework for competition at least once during the first 3 years and before the end of the initial framework’s Term.

The Council reserves the right and may reopen the framework for competition within the first 9 months of the Term. (The Council is not obligated to re-open the framework unless it requires to do so)

The Council reserves the right and may reopen the first subsequent framework for competition approximately 12 months following its commencement date and to reopen each subsequent framework for competition at 12-month intervals for the duration of the scheme of the open framework. (The Council is not obligated to re-open the framework unless it requires to do so)

When the Council decides to reopen the framework for competition, the Council shall serve notice of its intention to do so and the Agreement will expire in accordance with clause 72.1 of the Framework Agreement. The initial framework agreement would then be replaced with a subsequent framework agreement.