Buyer Name: Westmorland and Furness Council
Buyer Address: South Lakeland House, Kendal, UKD12, LA9 4DQ, United Kingdom
Contact Email: Procurement.Mailbox.WAF@Cumbria.gov.uk
Buyer Name: Westmorland and Furness Council
Buyer Address: South Lakeland House, Kendal, UKD12, LA9 4DQ, United Kingdom
Contact Email: Procurement.Mailbox.WAF@Cumbria.gov.uk
Service Description 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. 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. 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. 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. The placement of a child or young person with a Provider is consistent with the efficient use of resources. The following Services are in scope of this specification: 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.
No linked documents found for this notice.
External Link: www.the-chest.org.uk
External Link: https://www.find-tender.service.gov.uk/Notice/021461-2026
Link Description: Tender notice on Find a Tender
Lot Title: Alternative Provision where the provider is registered with Ofsted (or an equivalent body).
Lot Description: 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. 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. The Framework will be managed with providers being placed on a Provider List A or B. The criteria for being on each list is as follows: • List A is for Registered Providers who meet the criteria outlined in the service specification. 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. 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. Additional details are provided within the tender pack.
Lot 1 Status: active
Lot 1 Value (Gross): GBP 11,500,000
Lot 1 Contract Start: 2026-06-01T00:00:00+01:00
Lot 1 Contract End: 2029-01-31T23:59:59Z
Lot 1 SME Suitable: Yes
Lot 1 Award Criterion (price): Price (40%)
Lot 1 Award Criterion (quality): Quality (60%)
Lot Title: Alternative Provision where the provider is not registered with Ofsted (or an equivalent body)
Lot Description: Lot 2: Alternative Provision where the provider is not registered with Ofsted (or an equivalent body) 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. The Framework will be managed with providers being placed on a Provider List A or B. The criteria for being on each list is as follows: • List A is for Registered Providers who meet the criteria outlined in the service specification. 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. 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. Additional details are provided within the tender pack.
Lot 2 Status: active
Lot 2 Value (Gross): GBP 11,500,000
Lot 2 Contract Start: 2026-06-01T00:00:00+01:00
Lot 2 Contract End: 2029-01-31T23:59:59Z
Lot 2 SME Suitable: Yes
Lot 2 Award Criterion (price): Price (40%)
Lot 2 Award Criterion (quality): Quality (60%)
Lot Title: Alternative Provision for pupils with medical conditions that prevent their attendance at school.
Lot Description: Lot 3: Alternative Provision for pupils with medical conditions that prevent their attendance at school. 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. The Framework will be managed with providers being placed on a Provider List A or B. The criteria for being on each list is as follows: • List A is for Registered Providers who meet the criteria outlined in the service specification. 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. 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. Additional details are provided within the tender pack.
Lot 3 Status: active
Lot 3 Value (Gross): GBP 11,500,000
Lot 3 Contract Start: 2026-06-01T00:00:00+01:00
Lot 3 Contract End: 2029-01-31T23:59:59Z
Lot 3 SME Suitable: Yes
Lot 3 Award Criterion (price): Price (40%)
Lot 3 Award Criterion (quality): Quality (60%)
Document Description: Not published
Document Description: Tender notice on Find a Tender
{
"buyer": {
"id": "GB-PPON-PYYD-1758-YNVR",
"name": "Westmorland and Furness Council"
},
"date": "2026-03-10T15:55:54Z",
"id": "021461-2026",
"initiationType": "tender",
"language": "en",
"ocid": "ocds-h6vhtk-0556cd",
"parties": [
{
"address": {
"country": "GB",
"countryName": "United Kingdom",
"locality": "Kendal",
"postalCode": "LA9 4DQ",
"region": "UKD12",
"streetAddress": "South Lakeland House"
},
"contactPoint": {
"email": "Procurement.Mailbox.WAF@Cumbria.gov.uk"
},
"details": {
"classifications": [
{
"description": "Public authority - sub-central government",
"id": "publicAuthoritySubCentralGovernment",
"scheme": "UK_CA_TYPE"
}
],
"url": "http://www.westmorlandandfurness.gov.uk"
},
"id": "GB-PPON-PYYD-1758-YNVR",
"identifier": {
"id": "PYYD-1758-YNVR",
"scheme": "GB-PPON"
},
"name": "Westmorland and Furness Council",
"roles": [
"buyer"
]
}
],
"tag": [
"tender"
],
"tender": {
"aboveThreshold": true,
"awardPeriod": {
"endDate": "2026-04-04T23:59:59+01:00"
},
"description": "Service Description \nThe 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. \nAll alternative provision that is commissioned must be suitable to a child or young person\u0027s age, ability and aptitude and any special educational needs (SEN) they may have. \nAll 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. \nPlacements into alternative provision will always be made with the child or young person\u0027s reintegration back into mainstream education or move onto a sustained post-16 destination in mind.\nThe placement of a child or young person with a Provider is consistent with the efficient use of resources. \nThe following Services are in scope of this specification: \nLot 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. \nLot 2: Alternative Provision where the provider is not registered with Ofsted (or an equivalent body) \nLot 3: Alternative Provision for pupils with medical conditions that prevent their attendance at school. \nThe 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: \nList 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. \nList B is for Providers who are unregistered whether applying for Lot 2 and or Lot 3.",
"documents": [
{
"description": "Not published",
"documentType": "conflictOfInterest",
"id": "conflictOfInterest"
},
{
"documentType": "biddingDocuments",
"id": "L-1",
"url": "www.the-chest.org.uk"
},
{
"datePublished": "2026-03-10T15:55:54Z",
"description": "Tender notice on Find a Tender",
"documentType": "tenderNotice",
"format": "text/html",
"id": "021461-2026",
"noticeType": "UK4",
"url": "https://www.find-tender.service.gov.uk/Notice/021461-2026"
}
],
"enquiryPeriod": {
"endDate": "2026-03-11T01:00:00Z"
},
"hasRecurrence": true,
"id": "DN783408",
"items": [
{
"additionalClassifications": [
{
"description": "Education and training services",
"id": "80000000",
"scheme": "CPV"
},
{
"description": "Health and social work services",
"id": "85000000",
"scheme": "CPV"
}
],
"deliveryAddresses": [
{
"country": "GB",
"countryName": "United Kingdom",
"region": "UKD12"
}
],
"id": "1",
"relatedLot": "1"
},
{
"additionalClassifications": [
{
"description": "Education and training services",
"id": "80000000",
"scheme": "CPV"
},
{
"description": "Health and social work services",
"id": "85000000",
"scheme": "CPV"
}
],
"deliveryAddresses": [
{
"country": "GB",
"countryName": "United Kingdom",
"region": "UKD12"
}
],
"id": "2",
"relatedLot": "2"
},
{
"additionalClassifications": [
{
"description": "Education and training services",
"id": "80000000",
"scheme": "CPV"
},
{
"description": "Health and social work services",
"id": "85000000",
"scheme": "CPV"
}
],
"deliveryAddresses": [
{
"country": "GB",
"countryName": "United Kingdom",
"region": "UKD12"
}
],
"id": "3",
"relatedLot": "3"
}
],
"legalBasis": {
"id": "2023/54",
"scheme": "UKPGA",
"uri": "https://www.legislation.gov.uk/ukpga/2023/54/contents"
},
"lots": [
{
"awardCriteria": {
"criteria": [
{
"name": "Price",
"numbers": [
{
"number": 40,
"weight": "percentageExact"
}
],
"type": "price"
},
{
"name": "Quality",
"numbers": [
{
"number": 60,
"weight": "percentageExact"
}
],
"type": "quality"
}
]
},
"contractPeriod": {
"endDate": "2029-01-31T23:59:59Z",
"maxExtentDate": "2031-01-31T23:59:59Z",
"startDate": "2026-06-01T00:00:00+01:00"
},
"description": "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.\nService Vision \n1.\tThe 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. \n2.\tAll alternative provision that is commissioned must be suitable to a child or young person\u0027s age, ability and aptitude and any special educational needs (SEN) they may have. \n3.\tAll 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. \n4.\tPlacements into alternative provision will always be made with the child or young person\u0027s reintegration back into mainstream education or move onto a sustained post-16 destination in mind. \n5.\tThe placement of a child or young person with a Provider is consistent with the efficient use of resources. \nThe Framework will be managed with providers being placed on a Provider List A or B. The criteria for being on each list is as follows: \n\u2022\tList A is for Registered Providers who meet the criteria outlined in the service specification. 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. \n\u2022\tList B is for Providers who are unregistered whether applying for Lot 2 and or Lot 3. \nIn 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.\nAdditional details are provided within the tender pack.",
"hasRenewal": true,
"id": "1",
"renewal": {
"description": "The framework allows for 2 optional 12 month extensions.\nPlease note*\nThis UK 4 Tender Notice relates to the first initial framework of the Open Framework which was advertised using F02 contract notice and is a corrected publication in line with the notices required under PA23. Initial F02 Contract Notice published:\nidentifier: 2025/S 000-043929, Procurement identifier (OCID): ocds-h6vhtk-0556cd \nThe start date of contract for the initial first framework is the 01/02/2026.\nThe second framework within the open framework has an estimated start date of 01/06/2026"
},
"selectionCriteria": {
"criteria": [
{
"description": "Details of conditions of participation are clearly detailed in the tender documentation.\nOfsted registration is required for some framework lots.",
"type": "technical"
}
]
},
"status": "active",
"suitability": {
"sme": true,
"vcse": true
},
"title": "Alternative Provision where the provider is registered with Ofsted (or an equivalent body).",
"value": {
"amountGross": 11500000,
"currency": "GBP"
}
},
{
"awardCriteria": {
"criteria": [
{
"name": "Price",
"numbers": [
{
"number": 40,
"weight": "percentageExact"
}
],
"type": "price"
},
{
"name": "Quality",
"numbers": [
{
"number": 60,
"weight": "percentageExact"
}
],
"type": "quality"
}
]
},
"contractPeriod": {
"endDate": "2029-01-31T23:59:59Z",
"maxExtentDate": "2031-01-31T23:59:59Z",
"startDate": "2026-06-01T00:00:00+01:00"
},
"description": "Lot 2: Alternative Provision where the provider is not registered with Ofsted (or an equivalent body) \nService Vision \n1.\tThe 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. \n2.\tAll alternative provision that is commissioned must be suitable to a child or young person\u0027s age, ability and aptitude and any special educational needs (SEN) they may have. \n3.\tAll 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. \n4.\tPlacements into alternative provision will always be made with the child or young person\u0027s reintegration back into mainstream education or move onto a sustained post-16 destination in mind. \n5.\tThe placement of a child or young person with a Provider is consistent with the efficient use of resources. \nThe Framework will be managed with providers being placed on a Provider List A or B. The criteria for being on each list is as follows: \n\u2022\tList A is for Registered Providers who meet the criteria outlined in the service specification. 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. \n\u2022\tList B is for Providers who are unregistered whether applying for Lot 2 and or Lot 3. \nIn 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.\nAdditional details are provided within the tender pack.",
"hasRenewal": true,
"id": "2",
"renewal": {
"description": "The framework allows for 2 optional 12 month extensions.\nPlease note*\nThis UK 4 Tender Notice relates to the first initial framework of the Open Framework which was advertised using F02 contract notice and is a corrected publication in line with the notices required under PA23. Initial F02 Contract Notice published:\nidentifier: 2025/S 000-043929, Procurement identifier (OCID): ocds-h6vhtk-0556cd \nThe start date of contract for the initial first framework is the 01/02/2026.\nThe second framework within the open framework has an estimated start date of 01/06/2026"
},
"selectionCriteria": {
"criteria": [
{
"description": "Details of conditions of participation are clearly detailed in the tender documentation.\nOfsted registration is required for some framework lots.",
"type": "technical"
}
]
},
"status": "active",
"suitability": {
"sme": true,
"vcse": true
},
"title": "Alternative Provision where the provider is not registered with Ofsted (or an equivalent body)",
"value": {
"amountGross": 11500000,
"currency": "GBP"
}
},
{
"awardCriteria": {
"criteria": [
{
"name": "Price",
"numbers": [
{
"number": 40,
"weight": "percentageExact"
}
],
"type": "price"
},
{
"name": "Quality",
"numbers": [
{
"number": 60,
"weight": "percentageExact"
}
],
"type": "quality"
}
]
},
"contractPeriod": {
"endDate": "2029-01-31T23:59:59Z",
"maxExtentDate": "2031-01-31T23:59:59Z",
"startDate": "2026-06-01T00:00:00+01:00"
},
"description": "Lot 3: Alternative Provision for pupils with medical conditions that prevent their attendance at school.\nService Vision \n1.\tThe 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. \n2.\tAll alternative provision that is commissioned must be suitable to a child or young person\u0027s age, ability and aptitude and any special educational needs (SEN) they may have. \n3.\tAll 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. \n4.\tPlacements into alternative provision will always be made with the child or young person\u0027s reintegration back into mainstream education or move onto a sustained post-16 destination in mind. \n5.\tThe placement of a child or young person with a Provider is consistent with the efficient use of resources. \nThe Framework will be managed with providers being placed on a Provider List A or B. The criteria for being on each list is as follows: \n\u2022\tList A is for Registered Providers who meet the criteria outlined in the service specification. 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. \n\u2022\tList B is for Providers who are unregistered whether applying for Lot 2 and or Lot 3. \nIn 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.\nAdditional details are provided within the tender pack.",
"hasRenewal": true,
"id": "3",
"renewal": {
"description": "The framework allows for 2 optional 12 month extensions.\nPlease note*\nThis UK 4 Tender Notice relates to the first initial framework of the Open Framework which was advertised using F02 contract notice and is a corrected publication in line with the notices required under PA23. Initial F02 Contract Notice published:\nidentifier: 2025/S 000-043929, Procurement identifier (OCID): ocds-h6vhtk-0556cd \nThe start date of contract for the initial first framework is the 01/02/2026.\nThe second framework within the open framework has an estimated start date of 01/06/2026"
},
"selectionCriteria": {
"criteria": [
{
"description": "Details of conditions of participation are clearly detailed in the tender documentation.\nOfsted registration is required for some framework lots.",
"type": "technical"
}
]
},
"status": "active",
"suitability": {
"sme": true,
"vcse": true
},
"title": "Alternative Provision for pupils with medical conditions that prevent their attendance at school.",
"value": {
"amountGross": 11500000,
"currency": "GBP"
}
}
],
"mainProcurementCategory": "services",
"procurementMethod": "open",
"procurementMethodDetails": "Open procedure",
"recurrence": {
"dates": [
{
"startDate": "2028-01-31T23:59:59Z"
}
]
},
"specialRegime": [
"lightTouch"
],
"status": "active",
"submissionMethodDetails": "www.the-chest.org.uk\nThe first initial framework tender closed on 26/09/2025\nThe second framework of the open framework closes on the 09/04/2026",
"submissionTerms": {
"electronicSubmissionPolicy": "allowed",
"languages": [
"en"
]
},
"techniques": {
"frameworkAgreement": {
"description": "Tenderers are required to complete and submit their tenders in line with the instructions to tender (ITT) document provided in the tender pack. This is available to register interest for and download from the council\u0027s tender portal The Chest (www.the-chest.org.uk).\nAll completed tenders must be submitted electronically via the The Chest portal, a timetable is included in the ITT.\nThe ITT details all requirements for the selection process for the framework including quality submission requirements, pricing and commercial information requirements, the Procurement Specific Questionnaire and any other relevant schedules required.\nFollowing the deadline for the submission of tenders the Authority will undertake assessment using the scoring and assessment methodology outlined with the tender documentation.",
"isOpenFrameworkScheme": true,
"method": "withAndWithoutReopeningCompetition",
"openFrameworkSchemeEndDate": "2031-01-31T23:59:59Z",
"type": "closed"
},
"hasFrameworkAgreement": true
},
"tenderPeriod": {
"endDate": "2026-04-04T10:00:00+01:00"
},
"title": "Open Framework for Alternative Provision",
"value": {
"amountGross": 11500000,
"currency": "GBP"
}
}
}