Open tender
Published
Open Framework for Alternative Provision
4 suppliers have saved this notice.
Looks like a fit? Save this tender and qualify it in Stotles
Close date
2026-04-10
Description
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. 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. 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) 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. 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.
Qualify tenders faster with AI summaries - see key details in the Stotles app
Never miss a tender again
Get alerts, AI summaries and tools to qualify faster
Explore similar pre-tenders, open or awarded contracts
Browse open tenders, recent contract awards and upcoming contract expiries that match similar CPV codes.
Derby City Council
194,000 GBP
Published a day ago
City of Bradford Metropolitan District Council
–
Published 2 days ago
James Paget University Hospitals NHS Foundation Trust
–
Published 2 days ago
Herefordshire Council
–
Published 5 days ago
Leicestershire County Council
–
Published 6 days ago
Newry Mourne and Down District Council
–
Published 6 days ago
Explore top buyers for public sector contracts
Discover open tenders, contract awards and upcoming contract expiries of thousands of public sector buyers below. Gain insights into their procurement activity, historical purchasing trends and more.
CPV Codes
Sign up to the Stotles Tender Tracker for free
Find even more contracts with advanced search capability and AI powered relevance scoring.