Open in a 1 month

Open Framework for Alternative Provision

Descriptions

1. The key Service Aim is to support the Council’s priorities identified in the Council plan | Westmorland and Furness Council).

Service Vision

2. 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.

3. 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.

4. 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.

5. 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.

6. The placement of a child or young person with a Provider is consistent with the efficient use of resources.

Service Description

7. 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.

Timeline

Published Date :

29th Jul 2025 2 days ago

Deadline :

10th Sep 2025 in a 1 month

Contract Start :

N/A

Contract End :

31st Dec 2028

Tender Regions

CPV Codes

Tender Lot Details

2 Tender Lots

Let’s Get you Started ✍

Get to see all tender details more briefly

Already have an account ?

Workflows

Status :

Open

Assign to :

Tender Progress :

0%

Details

Notice Type :

Open opportunity

Tender Identifier :

IT-378-246-T: 2024 - 001

TenderBase ID :

310724019

Low Value :

£100K

High Value :

£1000K

Region :

North Region

Attachments :

Buyer Information

Address :

Liverpool Merseyside , Merseyside , L13 0BQ

Website :

N/A

Procurement Contact

Name :

Tina Smith

Designation :

Chief Executive Officer

Phone :

0151 252 3243

Email :

tina.smith@shared-ed.ac.uk

Possible Competitors

1 Possible Competitors