Contract

Tailored Learning Open Framework 2025

  • Nottinghamshire County Council

UK7: Contract details notice - Procurement Act 2023 - view information about notice types

Notice identifier: 2025/S 000-079278

Procurement identifier (OCID): ocds-h6vhtk-051ac5 (view related notices)

Published 3 December 2025, 11:39am



Scope

Reference

DN777117

Description

Nottinghamshire County Council (the Council) receives an annual grant from the Department for Education (DfE) via East Midlands Combined County Authority (EMCCA) to fund Community and Family Learning for adults aged 19+ in Nottinghamshire. The Council uses this Grant to ensure that local people have access to a range of flexible learning opportunities that contribute to their personal, social, educational and economic development. The vast majority of provision is delivered directly to the public via the Council's Contract with Inspire Learning. In addition to the contract to deliver direct services, the Council has appointed Inspire Learning to act as its agent and coordinate and manage supplementary contractors that deliver specialist provision that they do not deliver themselves.

Nottinghamshire County Council is seeking organisations who:

• are able to provide high quality Tailored Learning to adults over the age of 19 in Nottinghamshire. This provision should principally be courses that Inspire Learning is unable to deliver themselves;

• if subject to Ofsted inspections, their most recent inspection was graded Good (grade 2) or better;

• are not currently subject to a DfE notice to improve linked to their financial performance.

• will not be in receipt of Adult Skills Fund funding for the 2025-26 academic year; and

• directly deliver services.

Subcontracting is not allowed.

Providers are invited to tender for contracts for the following Community Learning provision:

• General Adult Learning

• Family Learning

• Discrete provision for learners with learning difficulties and/or disabilities (LLDD)

Commercial tool

Establishes an open framework


Lot 1. General Adult Learning

Description

Courses under this theme will be under either Employability (ACL1, ACL2, ACL 3 or ACL 4) or Health and Wellbeing (ACL1, ACL6 or ACL7).

Employability courses will build the confidence and basic skills for people not supported by Department of Work and Pensions programmes. Courses should not duplicate existing provision, for example basic CV writing and job searching. A need has been identified for short employability or pre-employability courses for some job seekers and under-employed people with very low-level literacy or numeracy skills. Learners with specific protected characteristics (as defined in the Equality Act 2010) may require tailored provision under this theme. Courses under this theme must have employability or pre-employability learning outcomes reflected in course planning and delivery.

Health and Wellbeing Courses will improve physical, emotional and mental health through group learning. Providers are encouraged to deliver courses that engage people who are disadvantaged and least likely to participate in learning, including people on low incomes, people with caring responsibilities, people experiencing isolation and loneliness and people with mental health issues. Learners with specific protected characteristics may require tailored provision under this theme. Courses under this theme must have health and wellbeing learning outcomes reflected in course planning and delivery.


Lot 2. Family Learning

Description

Family Learning courses strengthen families and improve the skills of parents to support their children, particularly in maths and English. Family Learning courses will fall within one of these curriculum areas: Literacy; Numeracy; Information and Communication Technology (ICT); Health and Wellbeing; Creative Arts and could fall under any of ACL1-7. Courses can be adult-only or joint courses for adults and children.


Lot 3. Learners with Learning Difficulties and Disabilities (LLDD)

Description

These are courses to improve the lives of people with learning difficulties and disabilities. They should enable Learners to actively participate in and contribute to their communities, making choices, taking decisions, speaking for themselves, taking responsibility for their actions and exercising control over their lives. These courses could fall under any of ACL1-7.


Framework

Open framework scheme end date (estimated)

31 July 2026

Maximum percentage fee charged to suppliers

0%

Framework operation description

The scores for all criteria will be totalled to give an overall score for each lot. The Council intends to select the bidders that meet or exceed the minimum thresholds, for both Quality and the overall score as its successful bidders and place them on the framework. Those successful Framework providers will be ranked by their scores. Provider ranking will be used as part of the award criteria for allocation of Contracts.

There is no guarantee that providers that successfully make it on to the framework will be allocated any or all of the courses they are bidding for. We expect that in some circumstances there may be more providers than we can fund given the limited resources available.

The Council will decide on how the provision for each Lot will be allocated to successful Providers by considering the following criteria to co-ordinate a balanced curriculum and avoid unnecessary duplication:

• Quality 80%

• Price/ Value for money 20%

The following factors are also taken into account:

• Learner needs

• Course content

• Course location

• Maximum Contract value

Overall ranking

The highest ranked provider in each Lot will be the provider that has the highest combined score of Quality & Price (Weight 80% Quality and 20% Price). Commissioners will work down the ranked list of providers for each Lot until the budget has been exhausted.

Scoring the Pricing Response

The following weighting shall be applied to price:

- Total Gross Cost - 25 marks

- Gross Cost per Enrolment (Total Gross Cost/Total Enrolments) - 25 marks

- Gross Cost per Course Hour per Enrolment (Gross Cost per Course Hour/Average Class Size) - 25 marks

- Gross Cost per Course Hour (Total Gross Cost/Total Sector Subject Hours) - 25 marks

Price will be evaluated based on a maximum of 25 marks per sub-criteria for the lowest priced compliant bid (subject always to the provisions noted above in relation to abnormally low tenders). Other bids will be awarded a number of points in direct proportion to the relation between their bid and the lowest bid.

The Council reserves the right to use its discretion to pass over a supplier in a lot if there is a duplication of Course content, location or learner needs. Where a supplier is bidding for multiple Lots, the Council reserves the right to allocate Lots in any order when calculating the maximum contract value.

Award method when using the framework

With competition

Contracting authorities that may use the framework

Establishing party only


Contract 1. Lot 1. General Adult Learning

Lots

Lot 1. General Adult Learning

Suppliers (2)

Contract value

  • £37,842 including VAT

Framework lot values may be shared with other lots

Below the relevant threshold

Date signed

14 November 2025

Contract dates

  • 17 November 2025 to 31 July 2026
  • 8 months, 14 days

Main procurement category

Services

CPV classifications

  • 80400000 - Adult and other education services

Contract locations

  • UKF15 - North Nottinghamshire
  • UKF16 - South Nottinghamshire

Contract 2. Lot 2: Family Learning

Lots

Lot 2. Family Learning

Suppliers (2)

Contract value

  • £62,622 including VAT

Framework lot values may be shared with other lots

Above the relevant threshold

Date signed

5 November 2025

Contract dates

  • 17 November 2025 to 31 July 2026
  • 8 months, 14 days

Main procurement category

Services

CPV classifications

  • 80400000 - Adult and other education services

Contract locations

  • UKF15 - North Nottinghamshire
  • UKF16 - South Nottinghamshire

Contract 3. Lot 3: Discrete provision for learners with learning difficulties and/or disabilities (LLDD)

Lots

Lot 3. Learners with Learning Difficulties and Disabilities (LLDD)

Suppliers (3)

Contract value

  • £154,533 including VAT

Framework lot values may be shared with other lots

Below the relevant threshold

Date signed

14 November 2025

Contract dates

  • 17 November 2025 to 31 July 2026
  • 8 months, 14 days

Main procurement category

Services

CPV classifications

  • 80400000 - Adult and other education services

Contract locations

  • UKF15 - North Nottinghamshire
  • UKF16 - South Nottinghamshire

Other information

Conflicts assessment prepared/revised

Yes


Procedure

Procedure type

Open procedure

Special regime

Light touch


Suppliers

CREATIVE PATHS (EM) CIC

  • Companies House: 08599119
  • UK Register of Learning Providers (UKPRN number): 10046820

Stapleford Business Hub Stapleford Business Hub,

Stapleford,

NG9 7JQ

United Kingdom

Region: UKF16 - South Nottinghamshire

Small or medium-sized enterprise (SME): Yes

Voluntary, community or social enterprise (VCSE): Yes

Contract 1. Lot 1. General Adult Learning

Contract 3. Lot 3: Discrete provision for learners with learning difficulties and/or disabilities (LLDD)

GET WISE ENTERPRISE C.I.C.

  • Companies House: 10624169
  • Public Procurement Organisation Number: PLDH-7555-VTNZ

Ksr Accountants, The Old Buttermarket

Newark

NG22 0LJ

United Kingdom

Region: UKF15 - North Nottinghamshire

Small or medium-sized enterprise (SME): Yes

Voluntary, community or social enterprise (VCSE): Yes

Contract 1. Lot 1. General Adult Learning

LIFE EDUCATION EAST MIDLANDS LIMITED

  • Companies House: 03207842
  • Public Procurement Organisation Number: PVWC-2244-BRLX

128 Ramsey Drive

Nottingham

NG5 6SD

United Kingdom

Region: UKF16 - South Nottinghamshire

Small or medium-sized enterprise (SME): No

Voluntary, community or social enterprise (VCSE): No

Supported employment provider: No

Public service mutual: No

Contract 2. Lot 2: Family Learning

REACH LEARNING DISABILITY

  • Companies House: 03724275
  • Public Procurement Organisation Number: PYQX-9186-MVDG

Prebend Passage

Southwell

NG25 0JH

United Kingdom

Region: UKF15 - North Nottinghamshire

Small or medium-sized enterprise (SME): Yes

Voluntary, community or social enterprise (VCSE): Yes

Contract 3. Lot 3: Discrete provision for learners with learning difficulties and/or disabilities (LLDD)

THE HARLEY FOUNDATION

  • Charity Commission (England and Wales): 276611
  • Public Procurement Organisation Number: PXXB-8392-GNMJ

WELBECK

WORKSOP

S80 3LW

United Kingdom

Region: UKF15 - North Nottinghamshire

Small or medium-sized enterprise (SME): Yes

Voluntary, community or social enterprise (VCSE): Yes

Supported employment provider: No

Public service mutual: No

Contract 2. Lot 2: Family Learning

Contract 3. Lot 3: Discrete provision for learners with learning difficulties and/or disabilities (LLDD)


Contracting authority

Nottinghamshire County Council

  • Public Procurement Organisation Number: PBCV-5152-BXBP

County Hall, Loughborough Road

Nottingham

NG2 7QP

United Kingdom

Region: UKF16 - South Nottinghamshire

Organisation type: Public authority - sub-central government