Where Care Excellence Meets Business Success. Transform your operations today - 0333 577 0877
Log in to CareSync Interview Preparation.
Summary, notice description and lot information
Westmorland and Furness Council is currently in the tender stage of establishing a Light Touch - Open Framework for Alternative Provision, designed to cater to the educational needs of children in the region. This procurement exercise is aimed at selecting a range of providers to deliver education and training services under various lots, including services from Ofsted-registered and non-registered providers, as well as catering to students with medical conditions. The Council, based in Kendal, UK, is opening this framework to further support their regional educational objectives.
Interested parties must submit their bids by 10:00 on 10th September 2025, with the procurement process adhering to an open method, suitable for SME participation and held in compliance with the relevant UK legislative framework. This tender represents an opportunity for businesses specializing in education and social services to expand their operations within the public sector. Providers of alternative education, especially those capable of meeting specific educational and safeguarding standards, are well-positioned to benefit.
The lots offer diverse opportunities for both registered and non-registered organisations, including those focusing on children's diverse needs and on medical support. With the potential for regular reopening of the framework for competition, this initiative not only supports regional educational plans but also provides ongoing business development opportunities for service providers committed to high-quality educational outcomes.
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 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 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.
Notice type, method, and CPV codes
Financial information and value estimates
The contract period is three years.
Publication, submission, and award timeline
Current status of tender, lots, awards, and contracts
Buyer organisation and contact details
Supplier who was awarded this contract
External resources and data downloads
The Open Contracting Data Standard (OCDS) is a framework designed to increase transparency and access to public procurement data in the public sector.
Our expert team can help you prepare a winning bid. Get professional support from CareSync Experts.
Get in touch with our team at Care Sync Experts today for a consultation.
Email: hello@caresyncexperts.co.uk
Phone: 0333 577 0877
Contact Us
Would you like to receive update from CareSync Experts?