Scope
Description
Royal Greenwich Council would like to hear from service providers who are interested and capable of delivering excellent, high quality and outcome focussed education services to support and raise attainment, attendance, aspiration and engagement of vulnerable children and young people of statutory school age in education and for young people up to the age of 25 who have an Education, Health and Care Plan. To also work towards successful transition to education, employment or training post-16 at the end of Key Stage 4. The objectives of the services are to provide a flexible response to either compliment, or provide an alternative to the teaching and learning available within mainstream and specialist provision or for children not engaged in education.
Commercial tool
Establishes an open framework
Total value (estimated)
- £25,000,000 excluding VAT
- £25,000,000 including VAT
Above the relevant threshold
Contract dates (estimated)
- 1 September 2026 to 31 August 2029
- Possible extension to 31 August 2031
- 5 years
Description of possible extension:
The Authority is intending to establish an open framework in accordance with Section 49 of the Procurement Act 2023 for the provision of Alternative Provision, Education Outreach and Inclusion Services.
The Authority is required to re-open the Framework within the first three years of the term, to enable new providers to be admitted to it for the remainder of its term, which may be extended for any period/s upto a maximum of two further two years, making a maximum framework term of 5 years.
Main procurement category
Services
CPV classifications
- 80000000 - Education and training services
Contract locations
- UKI51 - Bexley and Greenwich
Lot 1. Lot 1 Alternative Provision
Description
Lot 1 Alternative Provision will deliver a minimum of 25 hours (full-time) per week of education placements within a Department of Education (DfE) registered school on-site for secondary-aged pupils (Key Stages 3 and 4) who are permanently excluded, at risk of exclusion, or unable to engage with mainstream education.
Lot value (estimated)
- £15,000,000 excluding VAT
- £15,000,000 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. Lot 2 Vocational and Alternative Curriculum
Description
Lot 2 Vocational and Alternative Curriculum will deliver a minimum of 18 hours per week of vocational education, primarily for Key Stage 3 and 4 pupils, combining practical, accredited learning with pathways into employment, apprenticeships, or further education. Placements shall include recognised vocational qualifications in practical courses such as motor mechanics, bricklaying, plumbing or hairdressing as well as core academic subjects, and embedded careers support.
Lot value (estimated)
- £6,000,000 excluding VAT
- £6,000,000 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. Lot 3 Education Outreach and Inclusion Support
Description
Lot 3 Education Outreach and Inclusion Support will deliver individualised interventions on an hourly basis to help prevent suspension, exclusions and sustain education placements. Providers collaborate with schools, SENCOs, and Inclusion Leads to support Children with emerging Social, Emotional and Mental Health (SEMH) needs and behavioural challenges
Lot value (estimated)
- £4,000,000 excluding VAT
- £4,000,000 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
Open framework scheme end date (estimated)
31 August 2031
Maximum number of suppliers
Unlimited
Maximum percentage fee charged to suppliers
0%
Framework operation description
Please refer to the Instructions to Tenders document
Award method when using the framework
Either with or without competition
Contracting authorities that may use the framework
The Council may at its discretion allow Royal Greenwich Maintained Schools, Academy Trusts and other Local Authorities to access the framework
Participation
Particular suitability
Lot 1. Lot 1 Alternative Provision
Lot 2. Lot 2 Vocational and Alternative Curriculum
Lot 3. Lot 3 Education Outreach and Inclusion Support
- Small and medium-sized enterprises (SME)
- Voluntary, community and social enterprises (VCSE)
Submission
Submission type
Tenders
Tender submission deadline
12 January 2026, 11:30am
Submission address and any special instructions
Please register at https://supplierlive.proactisp2p.com/Account/Login
Tenders may be submitted electronically
Yes
Languages that may be used for submission
English
Award decision date (estimated)
3 March 2026
Award criteria
Lot 1. Lot 1 Alternative Provision
| Name | Description | Type |
|---|---|---|
| Quality | Quality will be evaluated at 70% |
Quality |
| Price | Price will be evaluated at 30% |
Price |
Weighting description
The evaluation of tenders for appointment onto the framework will be 70% quality and 30% price. Please refer to the Instructions to Tenderers for further information.
Lot 2. Lot 2 Vocational and Alternative Curriculum
| Name | Description | Type |
|---|---|---|
| Quality | Quality will be evaluated at 70% |
Quality |
| Price | Price will be evaluated at 30% |
Price |
Weighting description
Quality will be evaluated at 70% and price at 30% for appointment onto the framework. Please refer to the Instructions to Tenderers for further details.
Lot 3. Lot 3 Education Outreach and Inclusion Support
| Name | Description | Type |
|---|---|---|
| Quality | Quality will be evaluated at 70% |
Quality |
| Price | Price will be evaluated at 30% |
Price |
Weighting description
Quality will be evaluated at 70% and price will be evaluated at 30% for appointment onto the framework. For further details please refer to the Instructions to Tenderers document.
Other information
Applicable trade agreements
- Government Procurement Agreement (GPA)
Conflicts assessment prepared/revised
Yes
Procedure
Procedure type
Competitive flexible procedure
Special regime
Light touch
Competitive flexible procedure description
Tenderers are required to complete all three stages of the procurement during publication of the tender before the published deadline (similar to the open procedure). This includes the Procurement Selection Questionnaire, Quality submission and price submissions.
The evaluation process to appoint Potential Suppliers to the Framework will involve three stages. The first stage will be 'Procurement Selection Questionnaire, the second stage will be the evaluation of the 'Quality' submission, and the third stage will be the evaluation of the 'Price' submission. Tenderers who fail Stage 1 (Conditions of Participation/Procurement Selection Questionnaire) will not have their Tender evaluated under Stage 2 (Quality); and Tenderers who fail Stage 2 (Quality) will not have their Tender evaluated under Stage 3 (Price).
Contracting authority
Royal Borough of Greenwich
- Public Procurement Organisation Number: PXBB-6689-HZVL
The Woolwich Centre, 35 Wellington Street
London
SE18 6HQ
United Kingdom
Region: UKI51 - Bexley and Greenwich
Organisation type: Public authority - sub-central government