Tender

Open Light Touch Framework for Independent and Alternative Education Support for Children and Young People in Devon

  • Devon County Council

UK4: Tender notice - Procurement Act 2023 - view information about notice types

Notice identifier: 2025/S 000-054487

Procurement identifier (OCID): ocds-h6vhtk-04ea55 (view related notices)

Published 8 September 2025, 8:59am



Scope

Reference

CP2491-24

Description

Devon County Council will be setting up an open framework for Independent and Alternative Education Support for Children and Young People in Devon. The framework will comprise the following Lots:

Lot 1a - Pre-16 Education Placements for children and young people with Special Educational Needs and Disabilities (SEND) and an Education, Health and Care Plan (EHCP) with independent schools, independent special schools or non-maintained special schools.

Lot 1b - Post-16 Education Placements for children and young people with Special Educational Needs and Disabilities (SEND) and an Education, Health and Care Plan (EHCP) with independent post-16 settings and independent special post-16 settings schools and colleges.

Lot 2a - Bespoke packages of Alternative Education Provision support which form part of an educated other than at school (EOTAS) which has been named within a child or young person's statutory Education, Health and Care Plan (EHCP).

Lot 2b - Bespoke packages of Alternative Education Provision support to enable children and young people to reintegrate to their school or move onto another education setting.

A tender launch event will be held via Microsoft Teams on 18th September 2025 from 1.30 - 3pm where information on the tender process will be shared with providers. To book a place to attend the tender launch event, please email louise.k.baker@devon.gov.uk and hannah.robinson@devon.gov.uk confirming your name, company name and email address. A Teams meeting calendar request will then be forwarded on to enable attendance.

Commercial tool

Establishes an open framework

Total value (estimated)

  • £613,990,000 excluding VAT
  • £736,788,000 including VAT

Above the relevant threshold

Contract dates (estimated)

  • 11 December 2025 to 13 February 2026
  • 2 months, 3 days

Main procurement category

Services

CPV classifications

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

Contract locations

  • UKK - South West (England)

Lot 1a (was 1). Pre-16 Education Placements

Description

Pre-16 Education Placements for children and young people with Special Educational Needs and Disabilities (SEND) and an Education, Health and Care Plan (EHCP) with independent schools, independent special schools or non-maintained special schools.

Lot value (estimated)

  • £357,063,000 excluding VAT
  • £428,475,600 including VAT

Framework lot values may be shared with other lots

Same for all lots

CPV classifications, contract locations and contract dates are shown in the Scope section, because they are the same for all lots.


Lot 1b. Post-16 Education Placements

Description

Post-16 Education Placements for children and young people with Special Educational Needs and Disabilities (SEND) and an Education, Health and Care Plan (EHCP) with independent post-16 settings and independent special post-16 settings schools and colleges.

Lot value (estimated)

  • £163,437,000 excluding VAT
  • £196,124,400 including VAT

Framework lot values may be shared with other lots

Same for all lots

CPV classifications, contract locations and contract dates are shown in the Scope section, because they are the same for all lots.


Lot 2a. Alternative Education Provision (EOTAS)

Description

Bespoke packages of Alternative Education Provision support which form part of an educated other than at school (EOTAS) which has been named within a child or young person's statutory Education, Health and Care Plan (EHCP).

Lot value (estimated)

  • £59,179,170 excluding VAT
  • £71,015,004 including VAT

Framework lot values may be shared with other lots

Same for all lots

CPV classifications, contract locations and contract dates are shown in the Scope section, because they are the same for all lots.


Lot 2b. Alternative Education Provision (Reintegration)

Description

Bespoke packages of Alternative Education Provision support to enable children and young people to reintegrate to their school or move onto another education setting.

Lot value (estimated)

  • £34,310,830 excluding VAT
  • £41,172,996 including VAT

Framework lot values may be shared with other lots

Same for all lots

CPV classifications, contract locations and contract dates are shown in the Scope section, because they are the same for all lots.


Framework

Open framework scheme end date (estimated)

10 December 2033

Maximum number of suppliers

Unlimited

Maximum percentage fee charged to suppliers

0%

Framework operation description

An 'open framework' is a scheme of successive frameworks awarded on substantially the same terms. New providers can Bid and be added each time the framework is reopened. The existing framework ends and a new framework begins after each reopening process. In compliance with Section 49 of the Act an Open Framework must re-open at least once during the first three (3) years and then at least once during the following five (5) year period.

Each time a Framework is reopened for Bids, this will be known as an Entry Point. The Framework Agreements entered into after each Entry Point will be known by the successive Framework number. e.g. the initial Framework linked to Entry Point 1 will be known as Framework One, the subsequent Framework linked to Entry Point 2 will be known as Framework Two and so on.

It is anticipated that there will be:

- two (2) Entry Points in the first year (Entry Point 1 closing October 2025 and then Entry Point 2 opening immediately after), 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 have more Entry Points at its discretion. A Tender Notice will be published on the Platform each time the Framework is re-opened.

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 Devon County Council (DCC)

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 DCC cannot give any guarantee of business or of the actual value of any Contracts awarded under the Framework. Usage and values of Contracts may be affected by the implementation of Local Government Reorganisation (LGR). Further information on LGR can be found in the ITT document.

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). This Protocol can be viewed in Appendix 9 of the Invitation to Tender (ITT) document.

Award method when using the framework

Either with or without competition

Contracting authorities that may use the framework

Establishing party only


Participation

Particular suitability

Lot 1a (was 1). Pre-16 Education Placements

Lot 1b. Post-16 Education Placements

Lot 2a. Alternative Education Provision (EOTAS)

Lot 2b. Alternative Education Provision (Reintegration)

Small and medium-sized enterprises (SME)


Submission

Enquiry deadline

10 October 2025, 12:00pm

Tender submission deadline

17 October 2025, 12:00pm

Submission address and any special instructions

Submissions must be made via the Supplying the South West tendering portal. https://www.supplyingthesouthwest.org.uk/

Further information regarding submissions can be viewed in Section 5 (Submission Instructions) of the Invitation to Tender (ITT) document.

Tenders may be submitted electronically

Yes

Languages that may be used for submission

English

Award decision date (estimated)

24 November 2025


Award criteria

This table contains award criteria for this lot
Name Type Weighting
Quality Quality 100%

Other information

Applicable trade agreements

  • Government Procurement Agreement (GPA)

Conflicts assessment prepared/revised

Yes


Procedure

Procedure type

Open procedure

Special regime

Light touch


Contracting authority

Devon County Council

  • Public Procurement Organisation Number: PJRC-4623-RJBH

County Hall, Topsham Road,

Exeter,

EX2 4QD

United Kingdom

Region: UKK43 - Devon CC

Organisation type: Public authority - sub-central government