Procurement

Open Framework for Alternative Provision

  • Westmorland and Furness Council

Procurement identifier (OCID): ocds-h6vhtk-0556cd

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.

Notices

F14: Corrigendum notice for changes or additional information

Notice identifier
2025/S 000-047602
Published
11 August 2025, 12:13pm

F14: Corrigendum notice for changes or additional information

Notice identifier
2025/S 000-047596
Published
11 August 2025, 12:07pm

F02: Contract notice

Notice identifier
2025/S 000-043929
Published
29 July 2025, 2:56pm

UK2: Preliminary market engagement notice

Notice identifier
2025/S 000-043886
Published
29 July 2025, 2:05pm

UK1: Pipeline notice

Notice identifier
2025/S 000-036441
Published
1 July 2025, 2:14pm