Tender

IA3354 Alternative Provision Light Touch Framework

  • Staffordshire County Council

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

Notice identifier: 2025/S 000-074296

Procurement identifier (OCID): ocds-h6vhtk-0516d9 (view related notices)

Published 17 November 2025, 10:42am



Scope

Reference

IA3354

Description

Staffordshire County Council has a commitment to ensure every child has the best start in life and can access a good education, providing them with opportunities to achieve their potential.

Although most children and young people attend a school to receive their education, some children and young people are unable to attend for a period of time, or benefit from receiving some, or all, of their education away from their school. This may be on a short, or long-term basis. This is termed Alternative Provision (AP).

Staffordshire County Council currently procure AP via the Dynamic Purchasing System for the Provision of Opportunities to Improve Attainment and Engage Vulnerable Children and Young People in Education (ref IA1256) which is due to end on 31/08/26.

The Alternative Provision Light Touch Framework (ref IA3354) will replace the DPS from 01/09/26. The purpose of the Framework will be to deliver AP to children and young people of compulsory school age who are not currently able to attend a school place. The Framework will include 5 Lots:

Lot 1: Full-Time Alternative Provision

Lot 2: Part-Time Alternative Provision

Lot 3: Tutoring

Lot 4: Complementary Provision

Lot 5: Bespoke Provision for higher level SEND and other complex needs

Interested Suppliers should register on the Council's e-tendering system https://supplierlive.proactisp2p.com/Account/Login

and register interest in the tender on Proactis to access the tender documents.

Suppliers participating in procurements are now also required to register on the Governments Central Digital Platform prior to submitting a tender response so interested suppliers should also register and complete their company details on https://www.gov.uk/government/publications/procurement-act-2023-short-guides/suppliers-how-to-register-your-organisation-and-first-administrator-on-find-a-tender-in-three-easy-steps-html

Also for information in December 2024 the Government issued a White Paper on Local Government Re-Organisation entitled the "English Devolution White Paper". In March 2025 Staffordshire County Council submitted their suggested re-organisation plan to the Government and are awaiting a response. Final proposals will be submitted in November 2025 and implementation of the changes is expected by Government to be by 2028 at the

earliest. Whilst the expected impact of most changes to Local Government will be settled at Government Level, please be aware that it may be government policy or expedient that any affected party will be recommended to agree bi-lateral or multi-lateral changes to their contractual arrangements. Updates on proposals and changes can be found on the Staffordshire County Council Website and at other media outlets.

Commercial tool

Establishes a framework

Total value (estimated)

  • £35,200,000 excluding VAT
  • £42,240,000 including VAT

Above the relevant threshold

Contract dates (estimated)

  • 1 September 2026 to 31 August 2034
  • 8 years

Main procurement category

Services

CPV classifications

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

Contract locations

  • UKG24 - Staffordshire CC

Lot constraints

Description of how multiple lots may be awarded:

Tenderers may apply for one or all Lots, there is no maximum number.


Lot 1. Full-Time Alternative Provision

Description

Education provision offered to a child or young person for eighteen (18) hours a week or more. Provision must be suitable to the child or young person's age, ability, and aptitude, as well as meet any SEND/additional needs. It should cover the school curriculum, leading to improved attainment and progress including the achievement of accredited qualifications, academic and wider learning outcomes. This provision could be to support one (1) child or young person or a group. Suppliers must be registered as an independent school if providing full-time education to five (5) or more children/young people of statutory school age or one (1) child or young person who is in care and/or has an EHCP. The provision must be delivered by teachers with Qualified Teacher Status (QTS).

Lot value (estimated)

  • £7,040,000 excluding VAT
  • £8,448,000 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 2. Part-Time Alternative Provision

Description

Educational provision that is delivered outside of the school setting to enhance the school curriculum and/or a vocational placement. Provision must be suitable to the child or young person's age, ability and aptitude, and any SEND needs and lead to improved attainment and progress including the achievement of accredited qualifications, academic and wider learning outcomes, and/or vocational skills development. Children and young people will remain registered at their current school.

Part time hours are flexible to meet the needs of the child or young person, i.e. half or full day once or twice a week. This provision could be to support one (1) child or young person or a group. The Supplier must have a building base to deliver these Services.

Lot value (estimated)

  • £7,040,000 excluding VAT
  • £8,448,000 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 3. Tutoring

Description

Tutoring provision delivered by teachers with Qualified Teacher Status outside of the school setting to support the school curriculum and/or the specific needs of a child or young person.

Programmes will be bespoke to meet a child or young person's educational needs, age, ability, aptitude, and any SEND needs and could be to support individuals or a small group. This provision may be delivered in the family home or a community setting.

Lot value (estimated)

  • £7,040,000 excluding VAT
  • £8,448,000 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 4. Complementary Provision

Description

Bespoke and personalised programmes of proactive support, mentoring and/or coaching, which will be offered to children and young people to enhance their learning experience and engagement. This could include physical activities or therapeutic interventions, aiming to support or improve behaviour, attendance, re-engagement with learning and the re-integration of children and young people into mainstream schools.

This provision could be to support one (1) child or young person or a group. The hours will vary depending on the intervention. Children/young people may receive this provision alongside other provision such as tutoring.

Lot value (estimated)

  • £7,040,000 excluding VAT
  • £8,448,000 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 5. Bespoke Provision for higher level SEND and other complex needs

Description

The purpose of this lot will be to deliver educational provision for children and young people with SEND working below level 1 of the National Curriculum and working to either The Engagement Model (formally known as P Scales), The Equals Curriculum or other similar programmes. This must be delivered by teachers with Qualified Teacher Status and experience of working in specialist SEND education settings. Teachers will have experience with communication and support tools such as PECS (picture exchange communication), Makaton, visual aids/timelines (replacing team teach), and core board talking tiles. Teachers are expected to liaise with multiple agencies involved in the child or young person's life.

Lot value (estimated)

  • £7,040,000 excluding VAT
  • £8,448,000 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

Maximum number of suppliers

Unlimited

Maximum percentage fee charged to suppliers

0%

Framework operation description

To be awarded onto the Framework - Suppliers will be appointed onto the Framework on the basis of their 'total' evaluated Price and Quality score. Suppliers will provide a Price as an hourly rate in (£) pounds sterling (exclusive of VAT). Any unusually High or Low bids will be due diligence checked by the Authority.

To be awarded a Call-off Contract - The initial ranking achieved at Framework award may not always reflect the most economically advantageous Provider when awarding individual contracts under it. Post appointment, the Authority will award Call-Off Contracts with or without competition between suppliers on the Framework as stated in the tender documents. Suppliers will provide a Price as an hourly rate in (£) pounds sterling (exclusive of VAT), which should be in line with their Price submitted in their original Framework tender submission.

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 1. Full-Time Alternative Provision

Lot 2. Part-Time Alternative Provision

Lot 3. Tutoring

Lot 4. Complementary Provision

Lot 5. Bespoke Provision for higher level SEND and other complex needs

  • Small and medium-sized enterprises (SME)
  • Voluntary, community and social enterprises (VCSE)

Submission

Enquiry deadline

10 December 2025, 12:00pm

Tender submission deadline

17 December 2025, 12:00pm

Submission address and any special instructions

Interested suppliers must register on the Council's e-tendering portal link below and register interest in the tender to access the tender documents

https://supplierlive.proactisp2p.com/Account/Login

Tenders may be submitted electronically

Yes

Languages that may be used for submission

English

Award decision date (estimated)

8 June 2026

Recurring procurement

Publication date of next tender notice (estimated): 31 October 2033


Award criteria

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

Quality 60%

Quality sub criteria:

Performance and Quality Assurance - 25%

Safeguarding - 15%

Lot Specific Question - Children & Young People - 20%

Quality 60%
Price

A Price (Hourly rate) is required for each Lot the Supplier is tendering for.

Price 40%

Other information

Conflicts assessment prepared/revised

Yes


Procedure

Procedure type

Open procedure

Special regime

Light touch


Documents

Associated tender documents

SCC eTendering Portal User Guide 27.02.25.pdf


Contracting authority

Staffordshire County Council

  • Public Procurement Organisation Number: PZDG-2995-QQMD

1 Staffordshire Place, Tipping Street,

Stafford

ST16 2DH

United Kingdom

Region: UKG24 - Staffordshire CC

Organisation type: Public authority - sub-central government